Loading...
HomeMy WebLinkAboutR-2003-075 Berger / Abam Engineers inc. Agreement (re: railroad grade separation project )RESOLUTION NO. R-2003- 75 A RESOLUTION directing the City Manager of the City of Yakima to execute an agreement with BERGER/ABAM Engineers, Inc., for engineering and consulting services related to a grade separation railroad project in the vicinity of B Street and Lincoln Avenue with Front Street. WHEREAS, in July 2000, the city of Yakima issued and advertised a request for qualifications from firms interested in providing an environmental study for the design and development of grade separation railroad project; and WHEREAS, the request for qualifications advertisement described the matter as a multi -phased project that would later include preparation of plans, specifications and estimates related to the construction of the grade separation railroad project, WHEREAS, as a result of said request for qualifications process, the City selected and contracted with BERGER/ABAM Engineers, Inc. to provide the environmental study services for the initial phase of the project; and WHEREAS, BERGER/ABAM Engineers, Inc. has completed the services required under said agreement; and WHEREAS, additional engineering and consulting services are required to proceed with the next phase of the project, including additional environmental documentation, right-of-way acquisition/relocation and final project design, and WHEREAS, BERGER/ ABAM Engineers, Inc. is willing to provide these services in accordance with the attached agreement; and WHEREAS, the City Council deems it to be in the best interest of the City of Yakima to authorize execution of an additional agreement with BERGER/ ABAM Engineers, Inc. for said engineering and consulting services related to a grade separation railroad project in the vicinity of B Street and Lincoln Avenue with Front Street, now, therefore, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF YAKIMA: The City Manager is hereby authorized and directed to execute the attached and incorporated agreement with BERGER/ ABAM Engineers, Inc., for engineering and consulting services related to a grade separation railroad project in the vicinity of B Street and Lincoln Avenue with Front Street. ADOPTED BY THE CITY COUNCIL this 20th day of May, 2003. ATTEST: Karen S. Roberts, City Clerk May 15, 2003 ry Place, Mayor Ea ( Local Agency Standard Consultant Agreement Consultant/Address/Telephone BERGER/ABAM Engineers, Inc. 33301 Ninth Avenue South, Suite 300 Federal Way, WA 98003 206-431-2300 Agreement Number Federal Aid Number Project Title And Work Description B Street and Lincoln Avenue Grade Separations Intermediate and Final Design, Right -of -Way Plans, and Environmental Documentation Agreement Type (Choose one) ❑ Lump Sum Lump Sum Amount $ ►5 Cost Plus Fixed Fee Overhead Progress Payment Rate Overhead Cost Method ❑ Actual Cost 0 Actual Cost Not To Exceed % DBE Participation % 0 Yes ►e No ok WBE Participation ❑Yes 0:1 No _.4 Fixed Rate 158.23 % Federal ID Number or Social Security Number 91-1422812 Fixed Fee $ 79,292.00 Do you require a 1099 for IRS? Completion Date ❑ Yes No May 31, 2005 ❑ Specific Rates Of Pay • Negotiated Hourly Rate ❑ Provisional Hourly Rate ❑ Cost Per Unit of Work Total Amount Authorized $ 1,250,000.00 Management Reserve Fund $ Maximum Amount Payable $ 1,250,000.00 THIS AGREEMENT, made and entered into this between the Local Agency of City of Yakima day of i,t ij iE , Washington, hereinafter called the "AGENCY" , and the above organization hereinafter called the "CONSULTANT". WITNESSETH THAT: WHEREAS, the AGENCY desires to accomplish the above referenced project, and WHEREAS, the AGENCY does not have sufficient staff to meet the required commitment and therefore deems it advisable and desirable to engage the assistance of a CONSULTANT to provide the necessary services for the PROJECT; and WHEREAS, the CONSULTANT represents that he/she is in compliance with the Washington State Statutes relating to professional registration, if applicable, and has signified a willingness to furnish Consulting services to the AGENCY, NOW THEREFORE, in consideration of the terms, conditions, covenants and performance contained herein, or attached and incorporated and made a part hereof, the parties hereto agree as follows: DOT Form 140-089 EF Revised 12/99 Page 1 of 8 GENERAL DESCRIPTION OF WORK The work under this AGREEMENT shall consist of the above described work and services as herein defined and necessary to accomplish the completed work for this PROJECT. The CONSULTANT shall furnish all services, labor and related equipment necessary to conduct and complete the work as designated elsewhere in this AGREEMENT. II SCOPE OF WORK The Scope of Work and project level of effort for this project is detailed in Exhibit "B" attached hereto, and by this reference made a part of this AGREEMENT. III GENERAL REQUIREMENTS All aspects of coordination of the work of this AGREEMENT, with outside agencies, groups or individuals shall receive advance approval by the AGENCY. Necessary contacts and meetings with agencies, groups or individuals shall be coordinated through the AGENCY. The CONSULTANT shall attend coordination, progress and presentation meetings with the AGENCY or such Federal, Community, State, City or County officials, groups or individuals as may be requested by the AGENCY. The AGENCY will provide the CONSULTANT sufficient notice prior to meetings requiring CONSULTANT participation. The minimum number of hours or days notice — required shall be agreed to between the AGENCY and the CONSULTANT and shown in Exhibit "B" attached hereto and made part of this AGREEMENT. The CONSULTANT shall prepare a monthly progress report, in a form approved by the AGENCY, that will outline in written and graphical form the various phases and the order of performance of the work in sufficient detail so that the progress of the work can easily be evaluated. Goals for Disadvan- taged Business Enterprises (DBE) and Women Owned Business Enterprises (WBE) if required shall be shown in the heading of this AGREEMENT. All reports, PS&E materials, and other data, furnished to the CONSULTANT by the AGENCY shall be returned. All designs, drawings, specifications, documents, and other work products prepared by the CONSULTANT prior to completion or termination of this AGREEMENT are instruments of service for this PROJECT and are property of the AGENCY. Reuse by the AGENCY or by others acting through or on behalf of the AGENCY of any such instruments of service, not occurring as a part of this PROJECT, shall be without liability or legal exposure to the CONSULTANT. IV TIME FOR BEGINNING AND COMPLETION The CONSULTANT shall not begin any work under the terms of this AGREEMENT until authorized in writing by the AGENCY. AD work under this AGREEMENT shall be completed by the date shown in the heading of this AGREEMENT under completion date. The established completion time shall not be extended because of any delays attributable to the CONSULT- ANT, but may be extended by the AGENCY, in the event of a delay attributable to the AGENCY, or because of unavoidable delays caused by an act of GOD or governmental actions or other conditions beyond the control of the CONSULTANT. A prior supplemental agreement issued by the AGENCY is required to extend the established completion time. V PAYMENT The CONSULTANT shall be paid by the AGENCY for completed -work and services rendered under this AGREEMENT as provided in Exhibit "C" attached hereto, and by this reference made part of this AGREEMENT. Such payment shall be full compen- sation for work performed or services rendered and for all labor, materials, supplies, equipment, and incidentals necessary to complete the work specified in Section II, "Scope of Work". The CONSULTANT shall conform with all applicable portions of 48 CFR 31. Page 2 of 8 VI SUBCONTRACTING The AGENCY permits subcontracts for those items of work as shown in Exhibit G to this Agreement. Compensation for this subconsultant work shall be based on the cost factors shown on Exhibit G, at- tached hereto and by this reference made a part of this AGREEMENT. The work of the subconsultant shall not exceed its maximum amount payable unless a prior written approval has been issued by the AGENCY. All reimbursable direct labor, overhead, direct non - salary costs and fixed fee costs for the subconsultant shall be substantiated in the same manner as outlined in Section V. All subcontracts exceeding $10,000 in cost shall contain all applicable provisions of this AGREEMENT. The CONSULTANT shall not subcontract for the performance of any work under this AGREEMENT without prior written permission of the AGENCY. No permission for subcontracting shall create, between the AGENCY and subcontractor, any contract or any other relationship. VII EMPLOYMENT The CONSULTANT warrants that he/she has not employed or retained any company or person, other than a bona fide employee working solely for the CONSULTANT, to solicit or secure this contract, and that it has not paid or agreed to pay any company or person, other than a bona fide employee working solely for the CONSULTANT, any fee, commission, percentage, brokerage fee, gift, or any other consider- ation, contingent upon or resulting from the award or making of this contract. For breach or violation of this warrant, the AGENCY shall have the right to annul this AGREEMENT without liability, or in its discre- tion, to deduct from the AGREEMENT price or consideration or otherwise recover the full amount of such fee, commission, percentage, brokerage fee, gift, or contingent fee. Any and all employees of the CONSULTANT or other,persons while engaged in the performance of any work or services required of the CONSULTANT under this AGREEMENT, shall be considered employees of the CONSULTANT only and not of the AGENCY, and any and all claims that may or might arise under any Workmen's compensation Act on behalf of said employees or other persons while so engaged, and any and all claims made by a third party as a consequence of any act or omission on the part of the CONSULTANT's employees or other persons while so engaged on any of the work or services provided to be rendered herein, shall be the sole obligation and responsibility of the CONSULTANT. The CONSULTANT shall not engage, on a full or part time basis, or other basis, during the period of the contract, any professional or technical personnel who are, or have been, at any time during the period of the contract, in the employ of the United States Depart- ment of Transportation, the STATE, or the AGENCY, except regularly retired employees, without written consent of the public employer of such person. VIII NONDISCRIMINATION The CONSULTANT agrees not to discriminate against any client, employee or applicant for employ- ment or for services because of race, creed, color, national origin, marital status, sex, age or handicap except for a bona fide occupational qualification with regard to, but not limited to the following: employ- ment upgrading, demotion or transfer, recruitment or any recruitment advertising, a layoff or terminations, rates of pay or other forms of compensation, selection for training, rendition of services. The CONSULT- ANT understands and agrees that if it violates this provision, this AGREEMENT may be terminated by the AGENCY and further that the CONSULTANT shall be barred from performing any services for the AGENCY now or in the future unless a showing is made satisfactory to the AGENCY that discrimina- tory practices have terminated and that recurrence of such action is unlikely. During the performance of this AGREEMENT, the CONSULTANT, for itself, its assignees and successors in interest agrees as follows: A. COMPLIANCE WITH REGULATIONS: The CONSULTANT shall comply with the Regula- tions relative to nondiscrimination in the same manner as in Federal -assisted programs of the Page 3 of 8 Department of Transportation, Title 49, Code of Federal Regulations, Part 21, as they may be amended from time to time, (hereinafter referred to as the Regulations), which are herein incorpo- rated by reference and made a part of this AGREEMENT. The consultant shall comply with the American Disabilities Act of 1992, as amended. B. NONDISCRIMINATION: The CONSULTANT, with regard to the work performed by it during the AGREEMENT, shall not discriminate on the grounds of race, creed, color, sex, age, marital status, national origin or handicap except for a bona fide occupational qualification in the selec- tion and retention of subconsultants, including procurements of materials and leases of equip- ment. The CONSULTANT shall not participate either directly or indirectly in the discrimination prohibited by Section 21.5 of the Regulations, including employment practices when the contract covers a program set forth in Appendix II of the Regulations. C. SOLICITATIONS FOR SUBCONSULTANTS, INCLUDING PROCUREMENTS OF MATERI- ALS AND EQUIPMENT: In all solicitations either by competitive bidding or negotiation made by the CONSULTANT for work to be performed under a subcontract, including procurements of materials or leases of equipment, each potential subconsultant or supplier shall be notified by the CONSULTANT of the CONSULTANT's obligations under this AGREEMENT and the Regulations relative to nondiscrimination on the grounds of race, creed, color, sex, age, marital status, national origin and handicap. D. INFORMATION AND REPORTS: The CONSULTANT shall provide all information and reports required by the Regulations, or directives issued pursuant thereto, and shall permit access to its books, records, accounts, other sources of information, and its facilities as may be determined by the AGENCY to be pertinent to ascertain compliance with such Regulations or directives. Where any information required of the CONSULTANT is in the exclu- sive possession of another who fails or refuses to furnish this information the CONSULTANT shall so certify to the AGENCY, or the United States Department of Transportation as appropriate, and shall set forth what efforts it has made to obtain the information. E. SANCTIONS FOR NONCOMPLIANCE: In the event of the CONSULTANT's noncompliance with the nondiscrimination provisions of this AGREEMENT, the AGENCY shall impose such sanctions as it or the Federal Highway Administration may determine to be appropriate, including, but not limited to: 1. Withholding of payments to the CONSULT- ANT under the AGREEMENT until the CONSULTANT complies, and/or 2. Cancellation, termination or suspension of the AGREEMENT, in whole or in part. F. INCORPORATION OF PROVISIONS: The CONSULTANT shall include the provisions of paragraphs (A) through (G) in every subcontract, including procurements of materials and leases of equipment, unless exempt by the Regulations or directives issued pursuant thereto. The CON- SULTANT shall take such action with respect to any subconsultant or procurement as the AGENCY or the Federal Highway Administra- tion may direct as a means of enforcing such provisions including sanctions for noncompli- ance; provided, however, that, in the event a CONSULTANT becomes involved in, or is threatened with, litigation with a subconsultant or supplier as a result of such direction, the CON- ULTANT may request the AGENCY to enter into such litigation to protect the interests of the AGENCY, and in addition, the CONSULTANT may request the United States to enter into such litigation to protect the interests of the United States. G. UNFAIR EMPLOYMENT PRACTICES: The CONSULTANT shall comply with RCW 49.60.180. Page 4 of 8 Ix TERMINATION OF AGREEMENT The right is reserved by the AGENCY to terminate this AGREEMENT at any time upon ten days written notice to the CONSULTANT. In the event this AGREEMENT is terminated by the AGENCY other than for default on the part of the CONSULTANT, a final payment shall be made to the CONSULTANT as shown in Exhibit F for the type of AGREEMENT used. No payment shall be made for any work completed after ten days following receipt by the CONSULT- ANT of the Notice to terminate. If the accumulated payment made to the CONSULTANT prior to Notice of Termination exceeds the total amount that would be due computed as set forth herein above, then no final payment shall be due and the CONSULTANT shall immediately reimburse the AGENCY for any excess paid. If the services of the CONSULTANT are terminated by the AGENCY for default on the part of the CON- SULTANT, the above formula for payment shall not apply. In such an event, the amount to be paid shall be determined by the AGENCY with consideration given to the actual costs incurred by the CONSULT- ANT in performing the work to the date of termination, the amount of work originally required which was satisfactorily completed to date of termina- tion, whether that work is in a form or a type which is usable to the AGENCY at the time of termination; the cost to the AGENCY of employing another firm to complete the work required and the time which maybe required to do so, and other factors which affect the value to the AGENCY of the work per- formed at the time of termination. Under no circumstances shall payment made under this subsec- tion exceed the amount which would have been made using the formula set forth in the previous paragraph. If it is determined for any reason that the CONSULT- ANT was not in default or that the CONSULTANT's failure to perform is without it or it's employee's fault or negligence, the termination shall be deemed to be a termination for the convenience of the AGENCY in accordance with the provision of this AGREEMENT. In the event of the death of any member, partner or officer of the CONSULTANT or any of its supervi- sory personnel assigned to the project, or, dissolution of the partnership, termination of the corporation, or disaffiliation of the principally involved employee, the surviving members of the CONSULTANT hereby agree to complete the work under the terms of this AGREEMENT, if requested to do so by the AGENCY. The subsection shall not be a bar to renegotiation of the AGREEMENT between the surviving members of the CONSULTANT and the AGENCY, if the AGENCY so chooses. In the event of the death of any of the parties listed in the previous paragraph, should the surviving members of the CONSULTANT, with the AGENCY's concur- rence, desire to terminate this AGREEMENT, payment shall be made as set forth in the second paragraph of this section. Payment for any part of the work by the AGENCY shall not constitute a waiver by the AGENCY of any remedies of any type it may have against the CON- SULTANT for any breach of this AGREEMENT by the CONSULTANT, or for failure of the CONSULT- ANT to perform work required of it by the AGENCY. Forbearance of any rights under the AGREEMENT will not constitute waiver of entitle- ment to exercise those rights with respect to any future act or omission by the CONSULTANT. X CHANGES OF WORK The CONSULTANT shall make such changes and revisions in the complete work of this AGREEMENT as necessary to correct errors appearing therein, when required to do so by the AGENCY, without additional compensation thereof. Should the AGENCY find it desirable for its own purposes to have previously satisfactorily completed work or parts thereof changed or revised, the CONSULTANT shall make such revisions as directed by the AGENCY. This work shall be considered as Extra Work and will be paid for as herein provided under Section XIV. Page 5 of 8 XI DISPUTES Any dispute concerning questions of fact in connec- tion with the work not disposed of by AGREEMENT between the CONSULTANT and the AGENCY shall be referred for determination to the Director of Public Works or AGENCY Engineer, whose decision in the matter shall be final and binding on the parties of this AGREEMENT, provided however, that if an action is brought challenging the Director of Public Works or AGENCY Engineer's decision, that decision shall be subject to de novo judicial review. XII VENUE, APPLICABLE LAW AND PERSONAL JURISDICTION In the event that either party deems it necessary to institute legal action or proceedings to enforce any right or obligation under this AGREEMENT, the parties hereto agree that any such action shall be initiated in the Superior court of the State of Washing- ton, situated in the county the AGENCY is located in. The parties hereto agree that all questions shall be resolved by application of Washington law and that the parties to such action shall have the right of appeal from such decisions of the Superior court in accor- dance with the laws of the State of Washington. The CONSULTANT hereby consents to the personal jurisdiction of the Superior court of the State of Washington, situated in the county in which the AGENCY is located in. • XIII LEGAL RELATIONS AND INSURANCE The CONSULTANT shall comply with all Federal, State, and local laws and ordinances applicable to the work to be done under this AGREEMENT. This AGREEMENT shall be interpreted and construed in accord with the laws of Washington. The CONSULTANT shall indemnify and hold the AGENCY and the STATE, and their officers and employees harmless from and shall process and defend at its own expense all claims, demands, or suits at law or equity arising in whole or in part from the CONSULTANT's negligence or breach of any of its obligations under this AGREEMENT; provided that nothing herein shall require a CONSULTANT to indemnify the AGENCY and the STATE against and hold harmless the AGENCY and the STATE from claims, demands or suits based solely upon the conduct of the AGENCY and the STATE, their agents, officers and employees and provided further that if the claims or suits are caused by or result from the concurrent negligence of (a) the CONSULTANT's agents or employees and (b) the AGENCY and the STATE, their agents, officers and employees, this indemnity provision with respect to (1) claims or suits based upon such negligence, (2) the costs to the AGENCY and the STATE of defending such claims and suits, etc. shall be valid and enforce- able only to the extent of the CONSULTANT's negligence or the negligence of the CONSULTANT's agents or employees. The CONSULTANT's relation to the AGENCY shall be at all times as an independent contractor. The CONSULTANT specifically assumes potential liability for actions brought by the CONSULTANT's own employees against the AGENCY and, solely for the purpose of this indemnification and defense, the CONSULTANT specifically waives any immunity under the state industrial insurance law, Title 51 RCW. The CONSULTANT recognizes that this waiver was specifically entered into pursuant to the provisions of RCW 4.24.115 and was the subject of mutual negotiation. Unless otherwise specified in the AGREEMENT, the AGENCY shall be responsible for administration of construction contracts, if any, on the project. Subject to the processing of an acceptable, supplemental agreement, the CONSULTANT shall provide on-call assistance to the AGENCY during contract adminis- tration. By providing such assistance, the CONSULTANT shall assume no responsibility for: proper construction techniques, job site safety, or any construction contractor's failure to perform its work in accordance with the contract documents. The CONSULTANT shall obtain and keep in force during the terms of the AGREEMENT, or as other- wise required, the following insurance with companies or through sources approved by the State Insurance Commissioner pursuant to RCW 48. Page 6 of 8 Insurance Coverage A. Worker's compensation and employer's liability insurance as required by the STATE. B. General commercial liability insurance in an amount not less than a single limit of one million and 00/100 Dollars ($1,000,000.00) for bodily injury, including death and property damage per occurrence. Excepting the Worker's Compensation insurance and any professional liability insurance secured by the CONSULTANT, the AGENCY will be named on all certificates of insurance as an additional insured. The CONSULTANT shall furnish the AGENCY with verification of insurance and endorsements required by this AGREEMENT. The AGENCY reserves the right to require complete, certified copies of all required insurance policies at any time. All insurance shall be obtained from an insurance company authorized to do business in the State of Washington. The CONSULTANT shall submit a verification of insurance as outlined above within 14 days of the execution of this AGREEMENT to the AGENCY. No cancellation of the foregoing policies shall be effective without thirty (30) days prior notice to the AGENCY. The CONSULTANT's professional liability to the AGENCY shall be limited to the amount payable under this AGREEMENT or one million dollars, whichever is the greater unless modified by Exhibit H. In no case shall the CONSULTANT's professional liability to third parties be limited in any way. The AGENCY will pay no progress payments under Section V until the CONSULTANT has fully complied with this section. This remedy is not exclu- sive; and the AGENCY and the STATE may take such other action as is available to them under other provisions of this AGREEMENT, or otherwise in law. XIV EXTRA WORK A. The AGENCY may at any time, by written order, make changes within the general scope of the AGREEMENT in the services to be performed. B. If any such change causes an increase or decrease in the estimated cost of, or the time required for, performance of any part of the work under this AGREEMENT, whether or not changed by the order, or otherwise affects any other terms and conditions of the AGREEMENT, the AGENCY shall make an equitable adjustment in the (1) maximum amount payable; (2) delivery or completion schedule, or both; and (3) other . affected terms and shall modify the AGREE- MENT accordingly. C. The CONSULTANT must submit its "request for equitable adjustment" (hereafter referred to as claim) under this clause within 30 days' from the date of receipt of the written order. However, if the AGENCY decides that the facts justify it, the AGENCY may receive and act upon a claim submitted before final payment of the AGREEMENT. D. Failure to agree to any adjustment shall be a dispute under the Disputes clause. However nothing in this clause shall excuse the CON- SULTANT from proceeding with the AGREEMENT as changed. E. Notwithstanding the terms and condition of paragraphs (a) and (b) above, the maximum amount payable for this AGREEMENT, shall not be increased or considered to be increased except by specific written supplement to this AGREEMENT. XV ENDORSEMENT OF PLANS The CONSULTANT shall place his endorsement on all plans, estimates or any other engineering data furnished by him. Page 7 of 8 XVI FEDERAL AND STATE REVIEW The Federal Highway Administration and the Washington State Department of Transportation shall have the right to participate in the review or examination of the work in progress. XVII CERTIFICATION OF THE CONSULTANT AND THE AGENCY Attached hereto as Exhibit "A-1", are the Certifications of the Consultant and the Agency, Exhibit "A-2" Certification regarding debarment, suspension and other responsibility matters - primary covered transactions, Exhibit "A-3" Certification regarding the restrictions of the use of Federal funds for lobbying, and Exhibit "A-4" Certificate of Current Cost or Pricing Data. Exhibits "A-3" and "A-4" are only required in Agreements over $100,000. XVIII COMPLETE AGREEMENT This document and referenced attachments contains all covenants, stipulations and provisions agreed upon by the parties. No agent, or representative of either party has authority to make, and the parties shall not be bound by or be liable for, any statement, represen- tation, promise or agreement not set forth herein. No changes, amendments, or modifications of the terms hereof shall be valid unless reduced to writing and signed by the parties as an amendment to this AGREEMENT. XIX EXECUTION AND ACCEPTANCE This AGREEMENT may be simultaneously executed in several counterparts, each of which shall be deemed to be an original having identical legal effect. The CONSULTANT does hereby ratify and adopt all statements, representations, warranties, covenants, and agreements contained in the proposal, and the supporting materials submitted by the CONSULT- ANT, and does hereby accept the AGREEMENT and agrees to all of the terms and conditions thereof. In witness whereof, the parties hereto have executed this AGREEMENT as of the day and year first above written. By Consultant By ' x2(.42 'NS (j1k.A. cr MI neer Agency Page 8 of 8 C/Yy OF CITY CONTRACT NO: RESOLUTION NO: Exhibit A-1 Certification Of Consultant Project No. Local Agency City of Yakima I hereby certify that I am James S. Guarre representative of the firm of BERGER/ABAM Engineers, Inc. and duly authorized whose address is 33301 Ninth Avenue South, Suite 300, Federal Way, WA 98003 and that neither I nor the above firm I here represent has: (a) Employed or retained for a commission, percentage, brokerage, contingent fee or other consideration, any firm or person (other than a bona fide employee working solely for me or the above CONSULTANT) to solicit or secure this contract. (b) Agreed, as an express or implied condition for obtaining this contract, to employ or to retain the services of any firm or person in connection with carrying out the contract. (c) Paid, or agreed to pay, to any firm, organization or person (other than a bona fide employee working solely for me or the above CONSULTANT) any fee, contribution donation or consideration of any kind for, or in connection with procuring or carrying out the contract; except as here expressly stated (if any): I further certify that the firm I hereby represent is authorized to do business in the State of Washington and that the firm is in full compliance with the requirements of the board of Professional Registration. I acknowledge that this certificate is to be available to the State Department of Transportation and the Federal Highway Administration, U.S. Department of Transportation, in connection with this contract involving participation of Federal aid funds and is subject to applicable State and Federal laws, both criminal and civil. Date Certification of Agency Official I hereby certify that I am the AGENCY Official of the Local Agency of City of Yakima Washington and that the above consulting firm or their representative has not been required, directly or indirectly as an express or implied condition in connection with obtaining or carrying out this contract to: (a) Employ or retain, or agree to employ or retain, any firm or person, or (b) Pay or agree to pay to any firm, person or organization, any fee, contribution, donation or consideration of any kind, except as here expressly stated (if any). I acknowledged that this certificate is to be available to the Federal Highway Administration, U.S. Department of Transportation, in connection with this contract involving participation of Federal aid highway funds and it subject to applicable State and Federal laws, both criminal and civil. fc, 3 -ZOO Date 4),1 • Signature Exhibit A-2 Certification Regarding Debarment, Suspension, and Other Responsibility Matters -Primary Covered Transactions 1. The prospective primary participant certifies to the best of its knowledge and belief, that it and its principals: (a) Are not presently debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded from covered transactions by any federal department or agency; (b) Have not within a three-year period preceding this proposal been convicted of or had a civil judgment rendered against them for commission or fraud or a criminal offense in connection with obtaining, attempting to obtain, or performing a public (federal, state, or local) transaction or contract under a public transaction; violation of federal or state antitrust statues or commission of embezzlement, theft, forgery, bribery, falsification or destruction of records, making false statements, or receiving stolen property; (c) Are not presently indicted for or otherwise criminally or civilly charged by a governmental entity (federal, state, or local) with commission of any of the offenses enumerated in paragraph 1.b. of this certification; and (d) Have not within a three-year period preceding this application/proposal had one or more public transactions (federal, state, or local) terminated for cause or default. 2. Where the prospective primary participant is unable to certify to any of the statements in this certification, such prospective participant shall attach an explanation to this proposal. Consultant (Firm): BERGER/ABAM Engineers, Inc. C�-moo --o3 (Date) w-� Sedr• war NIP (Signatures President or Authorized Official of Consultant Exhibit A-3 Certification Regarding The Restrictions of The use of Federal Funds for Lobbying The prospective participant certifies, by signing and submitting this bid or proposal, to the best of his or her knowledge and belief, that: 1.. No federal appropriated funds have been paid or will be paid, by or on behalf of the undersigned, to any person for influencing or attempting to influence an officer or employee of any federal agency, a member of Congress, an officer or employee of Congress, or an employee of a member of Congress in connection with the awarding of any federal contract, the making of any federal grant, the making of any federal loan, the entering into of any cooperative agreement, and the extension, continuation, renewal, amendment, or modification of any federal contract, grant, loan, or cooperative agreement. 2. If any funds other than federal appropriated funds have been paid or will be paid to any person for influencing or attempting to influence an officer or employee of any federal agency, a member of Congress, an officer or employee of Congress, or an employee of a member of Congress in connection with this federal contract, grant, loan, or cooperative agreement, the undersigned shall complete and submit Standard Form -LLL, "Disclosure Form to Report Lobbying," in accordance with its instructions. This certification is a material representation of fact upon which reliance was placed when this transaction was made or entered into. Submission of this certification is a prerequisite for making or entering into this transaction imposed by Section 1352, Title 31, U.S. Code. Any person who fails to file the required certification shall be subject to a civil penalty of not less than $10,000 and not more than $100,000 for each such failure. The prospective participant also agrees by submitting his or her bid or proposal that he or she shall require that the language of this certification be included in all lower tier subcontracts which exceed $100,000 and that all such subrecipients shall certify and disclose accordingly. Consultant (Firm): BERGER/ABAM Engineers, Inc. (Date) (Signature) President or Authorized Official of Consultant Exhibit A-4 Certificate of Current Cost or Pricing Data This is to verify that, to the best of my knowledge and belief, the cost or pricing data (as defined in section 15.401 of the Federal Acquisition Regulation (FAR) and required under FAR subsection 15.403-4) submitted, either actually or by specific identification in writing, to the contracting officer or to the contracting officer's representative in support of the proposal Exhibit D * are accurate, complete, and current as of May 9, 2003 **. This certification includes the cost or pricing data supporting any advance agreements and forward pricing rate agreements between the offeror and the Government that are part of the proposal. Firm BERGER/ABAM ngineers, Inc. Name James S. Guarre Title Senior Vice Preside Date of Execution*** Cn — CO d * Identify the proposal, quotation, request for price adjustment, or other submission involved, giving the appropriate identifying number (e.g., RFP No.). ** Insert the day, month, and year when price negotiations were concluded and price agreement was reached. *** Insert the day, month, and year of signing, which should be as close as practicable to the date when the price negotiations were concluded and the contract price was agreed to. EXHIBIT B SCOPE OF WORK, PHASE 2 INTRODUCTION This scope of work will develop the design, right-of-way, and environmental documentation for the B Street and Lincoln Avenue Grade Separations as described in the project's design report dated January 2003. This project requires the grade separation to accommodate the three lanes and sidewalks for each of B Street and Lincoln Avenue. It further requires the reconstruction of Front Street from approximately Yakima Avenue to D Street accommodating two lanes with sidewalks with some on -street parking. PURPOSE AND SCOPE This scope of work describes Phase 2 of BERGER/ABAM Engineers Inc. (BERGER/ABAM) services. Phase 2 will further the design of the planned Grade Separations at B Street and Lincoln Avenue, as shown in the project design report, into intermediate design engineering, the environmental document, and the preparation of the plans, specifications, and engineer's estimate by performing final design and mitigation planning and design. Phase 2 includes additional project administration, development of the environmental permits, and preconstruction support services. Phase 2 may include a value engineering study pending project funding by the Washington State Transportation Improvement Board (TIB). Phase 3 may include construction support administration and services as requested by supplement to the contract by the City. PROJECT GOAL/DESCRIPTION The primary goal of this project is to improve east -west mobility across the Burlington Northern Santa Fe Railroad (BNSF). The goal will be achieved by providing grade separations under the existing BNSF railroad tracks and grade separating Front Street with B Street and Lincoln Avenue. APPROACH Throughout the project, BERGER/ABAM will operate in a manner similar to the City of Yakima while preparing all required work products. As is the practice within the City, the City will provide support services to BERGER/ABAM as described in the following text. BERGER/ABAM will cooperate and coordinate with the City's project engineer and other City personnel as necessary to facilitate the development of the project. ASSUMPTIONS This scope of services for the preparation of the Intermediate Design; NEPA EA; and plans, specification, and engineer's estimate (final design) has been developed under a set of assumptions listed throughout this scope. The attached project schedule reflects the time assumptions for performing the work described in Tasks 1 through 13 and is considered an integral part of this scope of services. City of Yakima BERGER/ABAM, A01083 Scope of Work, Phase 2 Exhibit B-1 18 June 2003 SERVICES TO BE PROVIDED BY CITY • The City will provide right -of -entry for surveyingand geotechnical explorations. ■ Throughout this scope of work, it is understood that the City will provide the consultant with one set of consolidated review comments for each draft review round. The consultant will respond to the comments and incorporate the agreed-upon resolution into the final document(s). APPLICABLE STANDARDS AND REQUIREMENTS All work will be performed in accordance with the procedures and requirements set forth in the latest editions, amendments, and revisions of the following publications, where applicable. It is assumed that City roadway standards and procedures will be followed. In areas not specifically defined by City standards and procedures, the following publications will be used. City of Yakima Publications • Standard Specifications and Details Washington State Department of Transportation Publications • Design Manual • Bridge Design Manual • Standard Plans for Road, Bridge, and Municipal Construction • Standard Specifications for Road, Bridge, and Municipal Construction • Hydraulics Manual • Highway Runoff Manual • Standard Item Table • Sign Fabrication Manual • Local Agency Guidelines Manual American Association of State Highway and Transportation Officials Publications (AASHTO) • Policy on Geometric Design of Highways and Streets • Standard Specifications for Highway Bridges • Guide for Highway Landscape and Environmental Design • Roadside Design Guide Any applicable AASHTO policy, where said policy is not in conflict with the standards of the Washington State Department of Transportation (WSDOT) and has been promulgated prior to execution of this scope of services. United States Department of Transportation Publications • Manual on Uniform Traffic Control Devices for Streets and Highways • Highway Capacity Manual BNSF Publications • BNSF "Standard Plans for Trackwork" • BNSF "Standard Construction Specifications" • BNSF "Bridge Standards and Standard Plans" City of Yakima • BERGER/ABAM, A01083 Scope of Work, Phase 2 Exhibit B-2 18 June 2003 AREMA Publications ■ "Manual for Railway Engineering" Latest Edition 1999 SCOPE OF WORK 1. SURVEYING BERGER/ABAM will perform a survey for the project. The limits of the survey are shown in Figures 1 through 4. The tasks associated with those limits are as follows. Area A — Within the limits of Area A (shown on Figures 1 and 2), BERGER/ABAM will perform a planimetric survey (no elevations). This portion of the survey is to aid in channelizing the detour route and for final channelization. All pavement markings (including parking markings) will be surveyed within the traveled way. The edge of the traveled way will also be surveyed. The edge of the traveled way is the edge of paved surface useable for vehicle traffic (i.e., face of curb, edge of pavement, face of building, etc.). Area B — Within the limits of Area B (shown in Figures 2 and 3), BERGER/ABAM will perform a topographic survey, including utility locating. A Digital Terrain Model (DTM) will be prepared for this area. This portion of the survey is to prepare the basemap that will serve as the basis of the design. The initial topographic survey will include a Subsurface Utility Engineering (SUE) Level B survey. Level B involves the use of surface geophysical techniques to determine the existence and horizontal position of underground utilities. Later in the design, BERGER/ABAM will conduct a SUE Level A survey. Level A involves the use of nondestructive digging equipment at critical points to determine the precise horizontal and vertical position of underground utilities, as well as the type, size, condition, material, and other characteristics. Twenty potholes with an average depth of 5 feet 10 inches of asphalt coring are assumed for the Level A effort. Area C — Within the limits of Area C (shown in Figure 4), BERGER/ABAM will perform a boundary survey to locate the limits of the right-of-way (ROW) of all the streets marked in blue. Area D — Within the limits of Area D (shown in Figure 4), BERGER/ABAM will perform a boundary survey to locate the limits of the ROW of the three alleys shown in red. These alleys are shown as City ROW on the County Assessor's maps, but may have been vacated to private ownership. BERGER/ABAM will determine if these are City ROW or private ownership and will provide legal evidence for whichever they are determined to be. Area E — Within the limits of Area E (shown in Figure 4), BERGER/ABAM will perform a boundary survey to locate the property limits of the properties shown in green. Plats, recorded surveys, assessor's maps, field surveys, and whatever else is needed will be employed to determine these property lines. Deliverables 1. DTM) — A DTM will be prepared covering Area B listed above. Contours will be plotted at 1 -foot intervals. The DTM will be prepared in Autodesk Land Desktop 3 format City of Yakima BERGER/ABAM, A01083 Scope of Work, Phase 2 Exhibit B-3 18 June 2003 2. Basemaps — Basemaps will be prepared covering Areas A though E listed above. Basemaps will be in AutoCAD 2000 format showing all topographic features, utilities, property and ROW lines, and contours. Upon completion of all items above except for the SUE Level A utility locates, draft basemaps and DTM will be submitted for review. Review comments will then be addressed and final basemaps and DTM prepared later in the design following SUE Level A locates. Basemap layering will be per the APWA layering standards (shown in Figure 5). The basic assumptions for developing the surveying scope of work are: ■ BERGER/ABAM will prepare right -of -entry permits as needed to be signed by the City except for the railroad right -of -entry which will be signed by the railroad. Areas within locked fences will not be surveyed. • BERGER/ABAM will provide flaggers and traffic control for the survey as needed. No more than one lane will be closed at any time. BERGER/ABAM will obtain approval from the City prior to closing any lanes for surveying. 2. GEOTECHNICAL ENGINEERING Preliminary characterization of soils at the site during Phase 1 was prepared by BERGER/ABAM. BERGER/ABAM will obtain borings and provide actual subsurface study within the project limits. BERGER/ABAM will perform the following scope of geotechnical services for intermediate and final design. A. Drill an additional four borings to characterize the subsurface conditions at the site. The eight borings done during Phase 1 are assumed to be adequate to complete 60 percent design and likely the entire design of the underpasses. The four proposed borings will be done later in the design to support utility, storm drainage, signal, and other designs away from the borings done at B and Lincoln. Monitoring wells will not be installed assuming the City will continue to take monthly readings at the two monitoring wells installed in Phase 1. Three of the four proposed borings will be 15 feet deep and the fourth will be 60 feet deep. In addition, geotechnical test pits will be excavated to 25 feet deep or as deep as is logistically and safely possible, whichever is deeper. The areas for the two test pits will be as described in Property/Access Assumption No. 2 (two areas roughly 110 feet square each). The entire test pit excavation will be videotaped. Digital photos will be taken of all cobbles and boulders over 12 inches in any direction with a reference tape measurein the photo. BERGER/ABAM will invite several contractors believed to be capable of seal and wall work in this project to witness the excavation of the test pits. Samples of the excavated material will be taken as deemed appropriate. The test pit will be backfilled with the excavated material and compacted as necessary to be returned to use as a parking lot. The water -settling approach will be used to compact the backfill using the excavated material. A minimum 6 inches of gravel base and 4 inches of asphalt pavement Cl. B will cover the area. Existing drainage patterns and features will be restored. B. Perform laboratory tests on selected samples. BERGERIABAM will complete natural water content determinations, grain size analyses, and Atterberg Limits to determine the index properties of the subsurface soils at the site. BERGER/ABAM will complete consolidation and triaxial strength tests (unconsolidated, undrained and consolidated, City of Yakima BERGER/ABAM, A01083 Scope of Work, Phase 2 Exhibit B-4 18 June 2003 undrained triaxial tests) on selected soil samples to measure their engineering properties. C. Revise the existing subsurface profiles as needed. D. Expand on the original engineering studies, as required, to support the intended construction methods described in the design report. Engineering recommendations will also be required in support of utility designs (including force mains), signal foundations, track foundations, and infiltration design. E. Review and provide assistance with preparing the geotechnical portions of the plans and specifications. BERGER/ABAM will provide consultation, as requested, to assist with preparing the engineer's estimate. F. Attend four geotechnical review meetings. G. Two additional draft reports will be prepared. The first will be submitted after the test pits and will include all engineering recommendations for designing the underpasses. The second will be submitted after the 60 percent design and additional borings and will include all engineering recommendations. A final report will be prepared after the design is complete and the contract is being prepared for bidding. H. BERGER/ABAM will conduct both a Phase 1 and Phase 2 environmental site assessment and prepare draft and final reports. Both phases will be contained in the same report. Samples for the Phase 2 assessment will be taken during excavation of the test pits. 3. PERMITTING, SPECIAL STUDIES A. Environmental Justice Identification of local populations that conform to U. S. Department of Transportation definitions for "minority" and "low-income" would be provided. Methods for identification include examination of current census information and discussion with local agencies (for example, planners, social service providers, school district officials), but would not include door-to-door visits in the project area. This review would also include a comparison of demographic information of the people within the study area to larger City populations to determine if any special populations reside within the project limits that exceed the characteristics of the City as a whole. Based on this research, the absence or presence of special population groups will be documented. If such groups are present in the project area, potential impacts, including the possibility for disproportionate adverse impacts, on these populations would be evaluated consistent with Title VI of the Civil Rights Act of 1964. Mitigation measures for such impacts would be identified. B. Water Quality Refer to 7. Intermediate Design, Item D. Drainage for Water Quality. City of Yakima BERGER/ABAM, A01083 Scope of Work, Phase 2 Exhibit B-5 18 June 2003 C. Cultural Resources Review available information and perform a site reconnaissance to identify possible impacts to historic resources and possible associated mitigation requirements for the alternative being considered. BERGERJABAM will perform all of the following. Conduct a historic resource inventory and prepare a technical report in accordance with applicable Washington State Office of Archaeology and Historic Preservation (OAHP) and U.S. Secretary of Interior standards. The inventory and report will cover study area defined by the City based on their preliminary delineation of a proposed Area of Potential Effects (APE). As additional project details are defined, the City may make adjustments to finalize the proposed APE. The inventory and report will be used in partial fulfillment of Section 106, State Environmental Policy Act (SEPA), and other regulatory requirements. Assemble this material into a draft cultural resources report. Provide eight copies of the draft document to the City for review. Finalize the report based on one round of City reviews and submit eight copies of the final cultural resources report. D. Section 4(f) Recreational facilities, including parks and trails within the project area would be identified. Special consideration would be given to resources that qualify as Section 4(f) facilities. Potential impacts to recreational facilities during and after construction would be evaluated, including access to, and the usability and integrity of,existing and proposed facilities. Mitigation measures would be identified. E. Land Use Economics 1) Land Use: Evaluate existing land uses along both sides of the project corridor. Direct and indirect impacts resulting from road improvements under each alternative would be evaluated. Existing and proposed land uses and current zoning in the project area would be identified. Generally, this includes a site visit to the project area to verify existing land uses and written analysis of potential project impacts and mitigation measures. This would also include impacts related to residential or business displacements or relocations, access disruptions, and ROW needs. Coordination with the City and adjacent jurisdictions in identifying future (proposed) land uses in or near the project area would be needed. A zoning map and/or existing land use map will be prepared. 2) Review local plans and policies to determine the proposed consistency of the project with comprehensive plan, zoning ordinance, sensitive areas ordinance, and other relevant regulations. This requires coordination with the City to identify appropriate plans and policies to be analyzed. This analysis may be summarized within the Land Use discussion under separate heading of "Relationship to Plans and Policies." 3) Social Elements: Evaluation of potential changes in neighborhood cohesion and community character as a result of possible splitting of neighborhoods, isolation of a portion of an existing neighborhood, and the appearance of incompatible development within a neighborhood. Identify mitigation measures to avoid or reduce potentially significant short- and long-term impacts. City of Yakima BERGER/ABAM, A01083 'Scope of Work, Phase 2 Exhibit B-6 18 June 2003 Visual Quality: Analysis of' potential visual impactsof the proposed project will be provided. A general assessment of project impacts on viewers in the project area will be made. One field visit will be made to define the visual environment and identify sensitive viewer groups based on a representative number, location, and duration of visually sensitive viewpoints. Photographs of key views from these viewpoints will be provided. A general, qualitative discussion of visual impacts both during construction and operation of the proposed project will be provided. This assessment would relate to impacts at key view locations and to specific viewer groups, and may include generalized discussion of how headlight light and glare, highway lighting, or other lighting could affect local views and viewers. Proposed mitigation measures, including potential landscape treatments, would be discussed. Economics: Existing economic conditions in the project area would be described using current applicable information and data (such as number and type of businesses, employment, property values, and tax base). Impacts of the proposed project would be described, including construction -period economic impacts, temporary and long-term changes in traffic associated with shopping patterns, loss of businesses and jobs as a result of right-of-way acquisition, construction and long- term employment, and business growth. Existing information would be used as much as possible and a qualitative discussion of potential impacts would be provided to the extent that such a description would be adequate. Measures to mitigate significant adverse impacts on economic activity or employment would be proposed. Assemble this material into a draft business impact analysis. Provide eight copies of the draft document to the City for review. Finalize the report based on one round of City reviews and submit eight copies of the final socioeconomic assessment report. F. Transportation Technical Study Refer to 7. Intermediate Design, Item B. Traffic. G. Air Quality The purpose of the air quality analysis is to identify any significant impacts and necessary mitigation measures, and to determine conformity with pertinent air quality rules. The results of the analysis will be coordinated with the Yakima Clean Air Authority and the Yakima Valley Conference of Governments and will be documented in the environmental assessment (EA). It is assumed that no modeling will be needed for this analysis. The traffic volumes to support this phase of work will be drawn from the Traffic Impact Analysis and work efforts previously conducted under Phase 1 services. H. Noise Study The purpose of the traffic noise analysis is to evaluate traffic noise levels at sensitive receptors near the project that would be potentially affected by traffic noise and to identify potential mitigation measures. The traffic noise analysis will be developed in accordance with FHWA guidance and the results will be included in the EA. It is assumed that no modeling will be needed for this analysis The traffic volumes to support this phase of work will be drawn from the traffic impact analysis and work efforts previously conducted under Phase 1 services. City of Yakima BERGER/ABAM, A01083 Scope of Work, Phase 2 Exhibit B-7 18 June 2003 I. Environmental Assessment The National Environmental Policy Act (NEPA) requires that public agencies review all reasonable alternatives when proposing public projects. For this project, BERGER/ABAM will prepare a narrow scope EA that will review only those elements of the environment that are likely to be more than moderately impacted. These elements will include those listed and defined above. Where possible, environmental studies conducted under Phase 1 services will be used to prepare the EA, such as the traffic impact analysis. The process with the agency and public input will refine the scope. BERGER/ABAM will prepare draft and final EA along with appropriate preliminary and final drafts of these documents. Three public EA meetings will be held. Additional meetings will be with public agencies having input to the project. The goal will be to narrow down the scope of the project based on initial input from permitting agencies. J. Permits BERGER/ABAM will collect the necessary information required to complete the following permits. • Clearing and Grading • NPDES • Railroad Interrogatories • Utility Agreements • Others K. Environmental/Permitting Assumptions 1) The consultant will be the primary liaison with the permitting agencies involved with this project. The consultant will prepare all permit applications and obtain the necessary City approvals and signatures. It is assumed that all permits can be obtained within two years of notice to proceed. 2) Once the permit applications are submitted, the consultant will track the permit process to completion. The City will be responsible for any fees associated with obtaining permits, approvals, and agreements. It is assumed that permit applications will be modified only twice, once to incorporate City comments on the information and once to address permitting agency comments. It is also assumed that the project will be advertised for construction within six months of obtaining the permits. 4) Mitigation for impacts to cultural resources will not be required. 5) The consultant will obtain the NPDES permit for the project. A bid item will be included for the contractor to prepare a stormwater pollution prevention plan in accordance with the requirements of the NPDES permit. 6) Our current scope of work is based on the assumption that the soils and groundwater underlying the site are not contaminated and do not require special handling or disposal. City of Yakima Scope of Work, Phase 2 Exhibit B-8 BERGER/ABAM, A01083 18 June 2003 4. ENVIRONMENTAL SUPPORT A. Permit Support BERGER/ABAM will prepare permit applications for the project consistent with accepted standards and regulations. BERGER/ABAM will prepare the following permit applications. ■ Clearing and Grading — City of Yakima ▪ NPDES • Utility Agreements The basic assumptions to be used in the development of permit applications are 1) Four meetings with regulatory agencies. 2) Permit applications will be based on the final design report. 3) The City will submit the applications and pay all the necessary fees for permit review and issuance. B. Biological Review BERGER/ABAM will obtain a listing of threatened/endangered species from the U.S. Fish and Wildlife (USFWS) Service and National Marine Fisheries Service (NMFS) in accordance with the Consultation requirements of Section 7 of the Endangered Species Act. BERGER/ABAM will perform a.biological review of the project corridor. The basic assumptions to be used in the biological review are as follows. 1) The review will be based on existing data and consultation with experts in the field. 2) The project will assume a finding of "No effect" with concurrence by the responsible agencies; no formal consultation is anticipated. C. NEPA Environmental Assessment BERGER/ABAM will prepare an Environmental Assessment in accordance with the National Environmental Policy Act. D. SEPA Compliance BERGER/ABAM will complete the SEPA adoption documentation and submit a copy to the City for review and adoption. 5. RAILROAD COORDINATION A. Railroad Construction Agreements and Easements BERGER/ABAM will assist in preparing draft agreements between the City of Yakima and BNSF for this project. BERGER/ABAM will identify limits of construction to determine temporary and permanent easements. BERGER/ABAM will prepare draft construction and maintenance agreements and easements with BNSF. BERGER/ABAM City of Yakima BERGER/ABAM, A01083 Exhibit B-9 18 June 2003 Scope of Work, Phase 2 will coordinate with the railroads, participating in up to four meetings with the City and the railroads. It is anticipated that construction agreements/easements will include applicable utility relocations. B. Right -of -Entry Permits BERGER/ABAM will obtain railroad right -of -entry permits from the BNSF for additional survey work, field reviews, and geotechnical investigations. C. Safety Training BERGER/ABAM will provide a 4 -hour class for project team members in Federal Railway Administration (FRA) Track Workers safety rules that are applicable to BNSF right-of- way. City personnel will also be trained in FRA Track Workers safety rules. D. Approval of Bridges BERGER/ABAM will obtain written approval of the plans from BNSF. 6. PUBLIC INVOLVEMENT A. Public Involvement Plan BERGER/ABAM will prepare a plan to establish procedures for working with the public. The plan will outline how information will be presented to the public and how input from the public will be collected, reviewed, and addressed. The main elements of the plan will be a mailing list, newsletters, open house/public meetings and City Council study sessions/presentations. A report summarizing the public's involvement will be prepared. B. Mailing List BERGER/ABAM will work with the City to assemble a mailing list of people and businesses within 300 feet of the project boundaries. In addition, any person or business that would likely be affected by or have input to the design of the project will be included. For purposes of this scope, the mailing list will be assumed to have 200 addresses. The mailing list will be updated throughout the project to include additional people and organizations with an interest in the project. C. Newsletters BERGER/ABAM will prepare three newsletters. The newsletters will be distributed within two weeks prior to each of the open house/public meetings. The content will be status of the project, discussion of project development, and an agenda for the upcoming meeting. The City will approve the newsletters and BERGER/ABAM will produce the newsletters, make copies, and mail them. D. Open House An open house will be organized to update the public with the project. Open houses will be held in conjunction with public meetings with the first scheduled within two months after the kickoff meeting for Phase 2. The open house will have no formal agenda. Instead, there will be displays, handouts, and City and BERGER/ABAM personnel to answer questions. BERGER/ABAM will prepare the displays and handouts, attend the City of Yakima BERGER/ABAM, A01083 Scope of Work, Phase 2 Exhibit B-10 18 June 2003 open house, serve as lead at the open house, and prepare summary notes. The City will arrange for the meeting facility and approve displays and handouts. E. Public Meetings Three public meetings will be held during Phase 2. The first will take place to present the preferred project alternative. The second will be when the design has been more defined (at the intermediate design level, 60 percent). The third meeting will be to present and discuss the environmental document and the studies that have been prepared to support the EA. These meetings will have an agenda and formal presentations. The meetings will attempt to address public concerns while taking note of new public concerns and comments. BERGER/ABAM will prepare displays and handouts, serve as lead for the meeting and presentation, present technical portions of the presentation, and prepare meeting minutes. The City will arrange for the meeting facility and approve displays and handouts. F. Project Guidance Team/Citizen Advisory Group (PGT/CAG) Meetings will be held periodically during the development of the design, the environmental document and the ROW plan to ensure compliance with project funding partners, as well as with public agencies that have review authority over the project. In addition, the Citizen's Advisory Group will be briefed regarding the development of the project in order to present and discuss options available to the team in addressing the development of the project. These meetings will be held together or separate depending on the subjects to be discussed. These meetings will assist the team in remaining focused on developing a project that will be both acceptable to the public agencies and the citizens of the city. 7. INTERMEDIATE DESIGN A. Roadway Improvements BERGER/ABAM will develop a horizontal and vertical alignment for the new roadway section. For purposes of this scope, the vertical alignment in the design report will be considered. The vertical alignment will go under the railroads. Plan and profile sheets will be prepared for the recommended alignment option. Separate sheets will prepared to show preliminary ROW information, including construction easements. Typical roadway sections will be generated on one sheet. Proposed roadway templates will be plotted at 25 -foot intervals on existing cross sections for the streets. Retaining wall heights, locations, and types will be determined from the cross sections and geotechnical recommendations. Traffic Present and future levels of service and appropriate intersection geometry will be. included in this project. We anticipate some modifications to existing. intersections at 1st Street, 1st Avenue, 3rdAvenue, and Front Street with both B Street and Lincoln Avenue. Changes will also be made to A Street, transforming the one-way A Street to two-way traffic. A traffic analysis will be prepared to determine theappropriate design parameters for the traffic control at intersections. The City will provide basic traffic modeling services City of Yakima Scope of Work, Phase 2 BERGERJABAM, A01083 Exhibit B-11 18 June 2003 as currently exists from the City's Transportation Model. BERGER/ABAM will provide any additional traffic modeling services. BERGER/ABAM will evaluate,traffic conditions at appropriate locations along the project for current year and a 20 -year design period. BERGER/ABAM will develop traffic control plans along the proposed roadway alignment in enough detail to determine what traffic control measures will be necessary during construction. The four stages of construction shown in the design report will each need a separate traffic control plan. Traffic control measures will consist of lane closures, lane narrowing, channelization modifications, road closures, signal modifications, signing, detours, flagging, etc. The level of service will be determined during each of the stages at the signalized intersections of B Street and Lincoln Avenue with 3rd Avenue, 1st Avenue, and 1st Street. Simple graphics will be prepared and included in the preliminary plans Preliminary illumination layout will also be included at this stage of the design. C. Construction Phasing A preliminary construction phasingplan will be prepared. This will contain conceptual plans, sections, and details for the maintenance of traffic during construction and will include adjacent property access as appropriate. A preliminary construction phasing and railroad traffic control plan will be prepared. This will contain conceptual plans, sections, and details for the maintenance of rail traffic (potential railroad shoofly concept) on the BNSF. D. Drainage BERGER/ABAM will perform area hydrologic and hydraulic analysis. Storm drainage design, including water quality, detention/infiltration, and temporary erosion and sedimentation control, will be based on either City of Yakima standards or draft Department of Ecology standards for eastern Washington or the WSDOT Hydraulics Manual. Drainage basins will be identified from available City, County, U.S. Geological Survey, and similar mapping. Runoff will be calculated for the design storm for each basin using WaterWorks software, and will be based on existing and proposed land use. Preliminary culvert and storm sewer sizing will be determined based upon the roadway horizontal and vertical alignment concepts developed during preliminary design. Backwater analysis will be conducted as required based upon potential for damage and flooding. A stormwater pumping system will be included as a part of the design. Each underpass will have two pumps each capable of handling the 25 -year peak discharge for that underpass. The two pumps will be designed to automatically switch off with each other to balance the wear on the pumps and allow one to be maintained while the other is in service. They will also be designed to both come on if the water level exceeds a certain height. The 25 -year peak flow from each underpass is assumed to be 1,500 gpm. For intermediate design, the pump stations will be detailed enough to determine the site layout of all the manholes, vaults, controls, buildings, etc. and to accurately estimate the pump station costs. E. Utility Relocations BERGER/ABAM will perform utility relocation design and coordination for utilities that conflict with the underpasses and the realignment of Front Street. BERGER/ABAM will prepare the design and contract documents for any sanitary sewer and water relocations. City of Yakima BERGER/ABAM, A01083 Scope of Work, Phase 2 Exhibit B•12 18 June 2003 BERGER/ABAM will coordinate the design of all other utilities and include the utility designs (by others) in the contract plans. F. Structures It is assumed that all structures will be as outlined in the design report. The preliminary design of diaphragm walls, jet grouted seals, and single cell precast, prestressed concrete girders will be further refined in the intermediate design. G. Environmental Considerations Because this scope details both the environmental process and design of the mitigations that result from that process, it is only possible to make assumptions about the mitigations that will be included in the contract documents. For the purposes of this scope, it is assumed the following mitigations will be included in the contract documents. 1) As mitigation for the loss of the full intersections of Front Street with B Street and Lincoln Avenue, Front Street will be reconstructed from Yakima Avenue to A Street. This reconstruction will include new curb and gutter, sidewalk, paving, water, sanitary sewer and storm sewer lines, and new landscaping with irrigation. 2) As mitigation for the loss of access to the BNSF property between B Street and Lincoln Avenue west of the tracks, a new remote-controlled gated access across the tracks off Front Street will be designed. 3) As mitigation for the modification of access from B Street to Helliesen Lumber, a parking area will be constructed on the east side of Helliesen Lumber and the entrance to the store will be modified, including structural, electrical, and mechanical modifications as needed. 4) As mitigation for losing loading -dock access for Sundquist Fruit off of Lincoln Avenue, the at -grade access lane in that area will be modified to enable access to the loading dock. 5) As mitigation for lost parking north of Grant's Pub due to the realignment of Front Street, parking will be developed nearby in the vacated portions of Front Street. 6) As mitigation for lost access to the loading dock for Hollingberry and Son on Lincoln Avenue, the 1st Avenue entrance will be modified to accommodate a new loading dock, including interior modifications as needed to make the flow revised flow pattern work. For the purposes of this scope, it is assumed that an access between -the Track 29 Mall parking lot and 1st Avenue will not be developed. The mitigations listed above are only those that require design and construction and will, therefore, be included in the contract documents. Additional mitigations are that only required land use agreements are listed later in this scope under ROW. H. Intermediate Design Submittal BERGER/ABAM will produce an intermediate design submittal (60 percent) that will summarize the development of the design during this period within Phase 2. Each of the City of Yakima BERGER/ABAM, A01083 Scope of Work, Phase 2 Exhibit B-13 18 June 2003 above items will be covered with plan/profile sheets and detail sheets. BERGER/ABAM will provide the City with 10 copies of the intermediate design submittal. 8. VALUE ENGINEERING (VE) STUDY SUPPORT A. Project Overview Two members of the project team will go over the project with the VE team at the beginning of the VE study. B. On -Call Support The project team will be on-call to answer questions from the VE team. C. Response to VE Study Comments The project team will review all of the written comments in the VE study report and will provide written responses to all of the comments. 9. PLANS, SPECIFICATIONS, AND ESTIMATES (PS&E) A. Plans BERGER/ABAM will prepare the final contract drawings indicated below. All drawings will be prepared in AutoCAD 2002 and will use APWA layer naming conventions. Layer coloring, text size and style, and line weights will be per BERGER/ABAM standards. All drawings will be 34 inches wide by 22 inches high in order to have 17 -inch -wide by 11 - inch -high, half-size copies. The border will be the City of Yakima standard border. 1) ROW Plans BERGER/ABAM will prepare preliminary ROW plans for this project using WSDOT standards. Using these plans, BERGER/ABAM will provide appraisal and services for the properties required for purchase and/or easement. BERGER/ABAM will also provide negotiation services for the properties to be acquired or in need of an easement. When all negotiations are completed, BERGER/ABAM will prepare one set of final ROW plans. The plans will include existing property limits and new ROW limits and easement limits. Construction easements will be presented on the street and/or railroad plan/profile sheets. 2) Title Sheet A title sheet depicting the project name, vicinity map, index of drawings, City logo, and other City information will be prepared for the project that addresses each design element of the project. 3) General Notes, Abbreviations, and Legend General notes associated with the project will be prepared. The drawing will depict a legend, symbols, and abbreviations used in developing the street, storm drainage, bridges, and other design elements of the project. City of Yakima BERGER/ABAM, A01083 Scope of Work, Phase 2 Exhibit B-14 18 June 2003 4) Summary of Quantities The contract will be a unit price contract. WSDOT standard items will be used as much as possible. All bid items, including units and quantities, will be listed on the Summary of Quantities sheet(s). 5) Construction Phasing Plans BERGER/ABAM will prepare construction phasing plans depicting the major phases of construction along with approximate durations, general traffic patterns, and access revisions. 6) Detour Plans Separate detour plans will be prepared for each of the four major construction phases shown in the Design Report. Detour plans will include all required striping; signing; illumination; and signalization additions, deletions, and modifications. The limits of striping modifications are assumed to be 5th Avenue and 3rd Street for B Street and Lincoln Avenue and A Street and D Street for 1st Street and 1st, 2nd, and 3rd Avenues. Signal modifications, including timing modifications, are assumed to be required at the intersections of 1st Street, 1st Avenue, and 3rd Avenue with B Street and Lincoln Avenue. All required detail drawings for everything on the detour plans will be included. Barriers and other "quiet zone" features will be included on B Street similar to those on D Street in conformance with the whistle ban. 7) Construction Limits and Alignment Plans These plans will give all the survey controls and alignment layouts for the alignments to be used for construction. They will also give the contractor the limits of the various easements and land use agreements to keep his work and staging areas within. 8) Site Preparation and Temporary Erosion and Sedimentation Control (TESC) Plans and Details BERGER/ABAM will prepare site preparation plans, including all demolition items. Also included will be intermediate site restoration and access modifications on private property for different stages of work. Modifications to building interiors as part of the mitigation will be included here. TESC plans will be prepared in conformance with City standards and permits obtained for the project. Railroad - related demolition will be covered on the Railroad Signal, Shoofly, and Realignment Plans. Typical Street Sections Detailed typical street sections will be developed in accordance with the preliminary roadway geometry and pavement design recommendations. Separate street sections will be shown for each differing section of street. Typical street sections will be referenced along the length of the proposed street improvements. City of Yakima BERGER/ABAM, A01083 Scope of Work, Phase 2 Exhibit B-15 18 June 2003 10) Roadway Plans and Profiles Roadway plans and profiles will be prepared in accordance with the approved design report, intermediate design plans, and field data. The plans will depict the surface geometry of the proposed construction. Screened base maps will be used to depict existing conditions and topographic features. The roadway profile will depict the centerline vertical alignment, original ground line, and other information. 11) Roadway and Miscellaneous Details Roadway and miscellaneous design details will be prepared as necessary to depict nonstandard items of construction not adequately detailed in the WSDOT or City Standard Plans or on other drawings such as structures, traffic, utilities, etc. Details may include rock facings, fencing, sidewalk details, etc. 12) Storm Drain and Utility Plans The drainage design, as conceptualized in the design report and the stormwater site plan, will be developed into the storm drainage plans. The drainage design will define and locate the required storm drainage facilities. All known proposed utilities will also be shown on these plans, including the franchise utilities based on information provided by the franchise utility designers. Water and sewer lines will be shown here to help visualize conflicts, but will be detailed on their own drawings. 13) Storm Drain Profiles The storm drainage profiles will depict pipe invert elevations, pipe slopes, pipe sizes and lengths, pipe type, and structure type. 14) Drainage Details Storm drainage details will be prepared as necessary to depict nonstandard items of construction and those items not adequately defined or detailed in the WSDOT or City Standard Plans. Details will include infiltration pond, trenching, backfilling, etc. 15) Pump System Details These plans will include all the plans, elevations, details, and sections necessary to construct the pump system for both underpasses. The limits of the pump system will be the outlets from the low catch basins within the underpasses to the outlet from the pump system into the infiltration pond. Details of the pump system are to be coordinated with the City of Yakima and are assumed to include the following. ■ One wet well for each underpass ■ Two pumps per wet well • A single heated control building large enough to handle all the controls for the system and a permanent auxiliary power generator • Telemetry City of Yakima BERGER/ABAM, A01083 • Scope of Work, Phase 2 Exhibit B-16 18 June 2003 • A portable davit crane • Yard lighting 16) Sewer and Water Plan, Profile, and Details Existing water and sewer lines under B Street and Lincoln Avenue between .1st Street and 1st Avenue and under Front Street between Yakima Avenue and D Street will be relocated and/or replaced as needed or required by mitigation. It is assumed the new lines will be the same size as the existing and no capacity design will be required. It is also assumed that the lines will only be relocated once. Water and sewer will be shown on the same plan and profile where feasible. 17) Final Configuration Traffic Plans BERGER/ABAM will prepare traffic plans, including illumination, signalization, striping, and signing for the final project configuration. These plans shall include all plans and details necessary to construct these items of work, including schematic wiring plans to be coordinated with the City's traffic engineer. Existing illumination and signal conduits and wires will be located by field inspection of junction boxes and cabinets and coordination with the City's traffic engineer. Illumination design will include wall mounted luminaires within the underpass. The design will be coordinated with the power utility owner to ensure adequate power supply, as well as connection details. Striping details will include all areas where striping was modified for the detours. Striping modifications will also include parking markings. A Street will be modified for two-way traffic between 1st Street and Front Street. The signal at A Street and 1st Street will be modified as needed for the change to two-way traffic. These items will be split up on the drawings as necessary to clearly present the information. 18) Grading Plans It is assumed that this project will not have grading plans. Elevations and contours will be included as needed on the other drawings. 19) Landscape Plans BERGER/ABAM will prepare landscape plans for the project. Landscaping will be developed during Phase 2 in coordination with mitigation and permitting requirements. It is assumed that Front Street will have new landscaping between Yakima Avenue and A Street. All new landscaping within the ROW will have an irrigation system. 20) Railroad Shoofly BERGER/ABAM will design the railroad shoofly detour for this project. The track design will conform to BNSF standards and AREMA recommended practices. It is assumed that railroad forces will perform railroad construction above top of subballast. The assumed length of the shoofly is approximately 1,400 feet, extending approximately 400 feet north and south of the grade separations. The top of rail profiles will be similar to the existing profiles. No significant change in the profiles City of Yakima Scope of Work, Phase 2 BERGER/ABAM, A01083 Exhibit B-17 18 June 2003 is assumed. Coordinate geometry will be established for all curve data. The design speed for the shoofly track alignments is 20 mph. Recommendations by the geotechnical engineer for the project will be incorporated in the grading design of the shoofly. Side slopes for the mainline will be based on information and recommendations from the geotechnical investigation for this project, but not steeper than 2:1. Grading plans will be for construction of the embankment to the top of the subballast and will include track plans for horizontal and vertical alignment and cross sections. Grading plans will include 1 -inch = 20 -foot scale plan and profile sheets for the track alignment. Typical section and cross section drawings necessary to depict the relationship of the existing and final mainline embankment slopes will be developed. Cross sections will be cut at 50 -foot intervals with 10 cross sections per sheet or as directed by BNSF and City. Additional cross sections will be cut at each end of the bridge and at existing drainage structures. Construction sequencing for the embankment and track will be coordinated with the bridge construction and will be developed to minimize disruption to railroad operations. The track will be designed to tie into the existing track with a "cut and throw." A new signal will be installed at the mainline crossing of B Street before B Street is converted to two-way traffic. After Lincoln Avenue is closed, that signal will be relocated to the future shoofly crossing of B Street. When the trains are switched to the shoofly crossing of B Street, the crossing will be controlled for a short time by the relocated Lincoln Avenue signal and one of the signals at the mainline crossing location. During this short period, the unused signal at the mainline crossing will be relocated to the shoofly crossing. When this is finished, the remaining mainline crossing signal will be removed. BERGER/ABAM will participate in up to two field check coordination meetings at the project site with the City and BNSF. Information and services to be provided by BNSF include ■ It is assumed BNSF will do all of the design work for the relocation and installation of railroad signal crossings. 21) Bridges BERGER/ABAM will design the four bridges for this project. Two bridges, one each over B Street and Lincoln Avenue will be permanent railroad bridges. These two bridges will be identical and will carry two tracks. The existing mainline track will remain on its horizontal alignment and the second track will be 15 feet center to center to the west. Two more bridges, one each over B Street and Lincoln Avenue, will be permanent roadway bridges. However, the roadway bridge over Lincoln Avenue will temporarily carry the railroad shoofly. Because the railroad loading is greater, the superstructure type will be the same as the railroad bridges. For efficiency and in case a shoofly is needed in the future over B Street, the two Front Street bridges will be identical. The bridges superstructure and substructure will be designed in accordance with applicable requirements of the BNSF and applicable provisions of the WSDOT Bridge Design Manual, AASHTO Standard Specifications, and AREMA Manual for Railway Engineering. City of Yakima •BERGER/ABAM, A01083 . Scope of Work, Phase 2 Exhibit B-18 18 June 2003 Bridge structures will be single -span structures. Bridge superstructures will consist of simple span, precast concrete box girders. It is assumed that standard box cross sections and details can be used. The bridge girders are supported by the diaphragm walls at the north and south ends of the bridges. It is assumed that stray current protection is not required. It is assumed that fascia girders or fascia treatment of the bridge superstructures is not required. The railroad bridges will have ballasted decks. The BNSF bridge will be designed for 15 -inch -deep initial ballast and 24 -inch -deep total future ballast. Live and impact loads for the railroad bridges will be Cooper E 80 loading with diesel impact in accordance with the AREMA Manual for Railway Engineering. Live and impact loads for the roadway bridge will be HS25 in accordance with AASHTO and WSDOT practice. Seismic design will be in accordance with the geotechnical engineering report for this project; the AREA Manual for Railway Engineering and AASHTO Standard Specifications for Highway Bridges. Waterproofing will be incorporated in the design in accordance with railroad standards. Handrailing is assumed to be standard steel pipe railing per BNSF standards. Bridge substructures consist of diaphragm walls at the abutments as presented in the design report, the draft geotechnical report, and further developed in the intermediate design for this project. BERGER/ABAM will coordinate the final design, detailing, and special provisions with the geotechnical engineer prior to finalizing the construction documents. Waterproofing details, if any, and connections of the jet -grouted seal to the abutment walls will be provided. Details of the fascia walls and other aesthetic treatments of the exposed walls will be provided. The railroad bridge design will require approval by BNSF. In particular, it is anticipated that approval will be required for the diaphragm wall structures and using the girders as compression struts for the abutment walls, if needed. BERGER/ABAM will coordinate the review and approval process by the railroads. 22) Retaining Walls BERGER/ABAM will prepare diaphragm wall design and construction plans for the retaining walls along B Street and Lincoln. Accommodations will be addressed for aesthetic treatments for the wall, as well as for the possibility of landscaped areas. Any required struts between the walls will also be included. 23) . Mitigation Plans It is anticipated that mitigation measures will be included in the plans as detailed under 7. G. These plans will be included elsewhere throughout the drawings under sections such as site preparation, utilities, landscaping, etc. City of Yakima BERGER/ABAM, A01083 Scope of Work, Phase 2 Exhibit B-19 18 June 2003 B. Specifications WSDOT Standard Specifications for Road, Bridge, and Municipal Construction will be the standard specifications for this project. BERGER/ABAM will prepare special provisions for construction of the roadway seal, roadway, storm drainage, diaphragm walls, shoofly, railroad bridges, and other items of work as necessary. BERGER/ABAM will incorporate the Bid Proposal into the Special Provisions package.. The City will provide the Contract Form, Bid Proposal Form, and Supplemental Conditions to the WSDOT/APWA Standard Specifications in a computer format to BERGER/ABAM. Only minor modifications to the Standard Specification and City Supplemental Conditions are anticipated in. order to make them compatible for this street/railroad grade separation improvement project. C. Quantity and Cost Estimates A final engineer's estimate for the probable construction costs will be prepared that lists all of the project bid items in correct order, showing contract item number, unit of measurement, estimated unit price, estimated quantity, and total estimated cost for each. The total project cost will be shown on this estimate. This estimate will be used as the basis of review for the lowest responsive bidder. 10. CONSTRUCTION SCHEDULE BERGER/ABAM will furnish a bar -chart style construction time analysis to be used as the basis for the time of completion for the construction project. The schedule will document specific and identifiable construction tasks and assign durations for these tasks. 11. ROW APPRAISAL, ACQUISITION, AND COORDINATION There will be multiple types of land use agreements for this project. These are listed below. 1. There will be three property acquisitions as follows. • The property adjoining Front Street between Lincoln Avenue and D Street • The property at the northwest corner of Lincoln Avenue and 1st Street • A portion of BNSF property roughly bounded by Front Street, D Street, the tracks, and A Street • Additional properties, such as Helliesen Lumber, may also need to be acquired if it is determined in section 3.E. Land Use Economics, that the businesses can not remain viable, even with mitigation. (If this is necessary, the scope of work for the additional acquisitions will be covered under a supplemental agreement). 2. There will be five business relocations as follows. • The Goodyear business on the first property listed above for acquisition • The fabrication business on the same property City of Yakima BERGER/ABAM, A01083 Scope of Work, Phase 2 Exhibit B-20 . 18 June 2003 • The gas station and car wash on the second property listed above for acquisition • The drive thru coffee business south of B Street between the tracks and 1st Avenue (This business leases the land it's on and the land will not be acquired. Termination or relocation of this lease is part of this relocation agreement.) • The auto detail shop next to the coffee business (This business is owned by the: same owner as the coffee business and also leases the land it's on. Termination or relocation of this lease is part of this agreement.) • Additional businesses, such as Helliesen Lumber, may also need to be relocated if it is determined in section 3.E. Land Use Economics, that the businesses can not remain viable, even with mitigation. (If this is necessary, the scope of work for the additional relocations will be covered under a supplemental agreement). 3. There will be multiple construction and utility easements between the City and BNSF (These will be on BNSF land immediately adjacent to B Street and Lincoln Avenue.) 4. There will be five agreements between BNSF and private parties other than the City. These will be coordinated by BERGER/ABAM but all appraisals, offers, and/or negotiations will be done by BNSF and the private parties. • Access across BNSF property from D Street to the at -grade Lincoln Avenue service road for Sundquist Fruit (This agreement may also involve Washington Fruit if they already have a lease for this land.) • Access off Front Street through new gate across railroad tracks and BNSF land between B Street and Lincoln Avenue to maintain equipment for Hollingberry and Son • Termination and/or relocation of Washington Fruit lease of BNSF land being acquired by the City for the realignment of Front Street. Land is presently being used for pallet and bin rebuilding. • Termination of Grant's Pub lease of BNSF land being acquired by the City for the realignment of Front Street (Land is presently being used for parking that will be replaced by parking on City property.) • Use of BNSF land south of B Street for parking dedicated to Helliesen Lumber (This agreement may also involve Del Matthews, who may already have a lease for this land with BNSF.) 5. There will be an agreement between the City and the County for different uses at different stages of construction, for the County land bounded by Front Street, Lincoln Avenue, 1st Street and B Street. BERGER/ABAM will coordinate the agreements between the City and the County, but it is assumed these agreements will be interlocal agreements that will not require any formal ROW appraisal, negotiation, or acquisition efforts on the part of BERGER/ABAM. City of Yakima BERGER/ABAM, A01083 Scope of Work, Phase 2 Exhibit B-21 18 June 2003 BERGER/ABAM will perform the following tasks. A. Complete Title Searches 1) Obtain and review preliminary title commitments on two parcels for standard owner's coverage, including each listed exception. 2) Review each title exception with the City of Yakima to determine which exceptions require removal, additional negotiations, or pose obstacles or delays to acquisition process. 3) Provide the City with a parcel summary memo that lists all ownerships, title exceptions, conflicting easements or rights of record, and comments or concerns for each parcel. B. Preparation and Administration 1) Meet with the City of Yakima to obtain background on project, contracts, and preferences. 2) Obtain legal descriptions and any needed parcel maps. 3) Prepare offer letter and acquisition documents on City of Yakima or WSDOT standard forms in accordance with statutory requirements. 4) Prepare tracking and status documents in form satisfactory to City of Yakima. 5) Maintain records in accordance with statutory, regulatory, and policy requirements. 6) Meet with City of Yakima representatives at least once a month, or as necessary to discuss project progress and status. C. Appraisal and Appraisal Review 1) Hire appraiser and review appraiser subconsultants. 2) Assign and manage appraisal and appraisal review process. 3) Coordinate appraisal and appraisal review delivery schedule. 4) Review appraisals and appraisal reviews. 5) Coordinate with City of Yakima on determinations of just compensation for all parcels. D. Negotiations 1) Negotiate for fee acquisitions on two total acquisition parcels in accordance with state and federal statutes and regulatory requirements. 2) Negotiate as necessary with lien holders and easement holders to remove title defects. 3) Maintain negotiator's log. City of Yakima BERGER/ABAM, A01083 Scope of Work, Phase 2 Exhibit B-22 18 June 2003 E. Relocations 1) Prepare relocation plan for project in format acceptable to City of Yakima and WSDOT, and in accordance with the Uniform Act and statutory and regulatory requirements. 2) Work with City of Yakima to determine eligibility and statutory options for five business relocations consistent with relocation plan. 3) Provide advisory services to displacees. 4) Manage relocation process to ensure coordination of activities. 5) Work with City of Yakima to establish cost reimbursement process. F. Facilitate Closings 1) Work with Title Company to remove unacceptable exceptions and obtain title policies. 2) Coordinate with escrow and facilitate closings. 3) Review closing statements and obtain City of Yakima signatures and approvals. 4) Prepare closing binders for each acquisition. 5) Deliver completed files and logs in form satisfactory to City of Yakima for necessary state and federal approvals. 6) Provide certification advisory review services as necessary. The work does not include 1) coordination on acquisition/eminent domain ordinance; 2) purchase prices, title policies, or closing costs; 3) rights of entry; and 4) survey. Fees quoted for appraisal and appraisal review are subject to market conditions. If other tasks are required to be performed, or there are changes in pertinent information, or if negotiations exceed the industry standards for a good faith effort to negotiate (three to four in-person landowner contacts), this shall be considered extra work. Property/Access Assumptions 1. The Goodyear and Arco properties north of Lincoln Avenue will be purchased by the City prior to the start of construction. Three businesses will be relocated as part of the purchase. The existing structures and underground tanks on the Arco property will be removed and the property decontaminated by the City prior to the start of construction. The property will be backfilled and paved suitable for use as a parking lot by the City prior tothe start of construction. The Goodyear building will remain during construction, but will not be available for use by the Contractor. 2. Portions of the County property bounded by B Street, Front Street, Lincoln Avenue, and 1st Street will be available to the City for digging test pits and for use by the City's contractor during construction. For the duration of the digging and backfilling of the test pits (to be done by BERGER/ABAM), the City will have use of the western 150 feet of the property, except for the existing building in the middle of the property. The actual area of each of the test pits will be about 110 feet square in the northwest and southwest City of Yakima BERGERJABAM, A01083 Scope of Work, Phase 2 Exhibit B-23 18 June 2003 corners of this property. BERGER/ABAM assumes that existing utilities will not interfere with digging of the test pits at the two test pit locations. When the test pits are completed, the western 150 feet will be returned to its pre-existing condition by BERGER/ABAM for use again as a County parking lot. During construction of the Lincoln Avenue underpass, the City will have use of the northern 110 feet of the property for use by the City's contractor for field offices and staging. During construction of the B Street underpass, the northern 110 feet will be returned to use as a County parking lot and the City will have use of the southern 120 feet for use by the City's contractor. In return for the use of these portions of the property during construction of the underpasses, the City will allow the County to use the Arco property and the southern 100 feet of the Goodyear property for County parking. 3. Pedestrian and vehicle access to all adjacent properties will be maintained throughout construction and in the final configuration. However, access will be modified as described in the Access Management Investigation prepared during Phase 1 of this project. Some properties will lose a portion of their existing access during construction and/or in the final configuration. 4. Front Street will not be a through street during construction and will be local access only between A Street and D Street. 5. ROW appraisals and negotiations will commence upon NTP or when directed by the City. The City will inform BERGER/ABAM when they have secured funding for ROW acquisitions and easements and that it is the City's desire to continue to move the project toward construction. 12. SUBMITTALS, QUALITY ASSURANCE, AND PROJECT COORDINATION A. Project Management/Workplans BERGER/ABAM will prepare a workplan at the beginning of the project detailing all phases of project management, such as schedule, deliverables, invoicing, and tracking. BERGER/ABAM will manage the project to continuously monitor adherence to this plan and keep the City updated. B. Project Schedule and Updates A project schedule will be prepared at the beginning of the project. This schedule will be the basis for project tracking. It will be updated as necessary if there are changes to the schedule. It is anticipated that the project will take until May 2004 to prepare the PS&E, advertise, and award. All tasks will be completed in accordance with the milestones shown below. Biological Assessment mm/dd/yy NTP for. PS&E mm/dd/yy Right -of -Entry for Survey mm/dd/yy Preliminary ROW plans mm/dd/yy Comments on ROW Plans by City of Yakima mm/dd/yy Biological Review mm/dd/yy Final ROW Plans mm/dd/yy 60% Intermediate Design to City of Yakima mm/dd/yy Comments on 70% PS&E by City of Yakima mm/dd/yy City of Yakima BERGER/ABAM, A01083 Scope of Work, Phase 2 Exhibit B-24 18 June 2003 Permit Applications Complete Permits Obtained 95% PS&E to City of Yakima Comments on 95% PS&E by City of Yakima 100% PS&E to City of Yakima C. Progress Reports mm/dd/yy mm/dd/yy mm/dd/yy mm/dd/yy mm/dd/yy Monthly invoices will be accompanied by a progress report describing the work performed and remaining for each of the tasks described in this proposal. D. Invoicing Invoices will be prepared at the beginning of each month covering the previous month. E. Project Team Coordination BERGER/ABAM will be the City's single point of contact for all consultant coordination. BERGER/ABAM will facilitate all coordination needed between subconsultants and between subconsultants and the City. F. Project Coordination with City The following are anticipated meetings with the City of Yakima. Meeting No. Meeting No. Meeting No. Meeting No. Meeting No. Meeting No. Meeting No. Meeting No. 1: Project startup 2: Meeting to review City comments on ROW plans 3: Meeting to review City comments on Environmental Documents 4: Meeting to review VE comments 5: Meeting to review City comments on 60 percent submittal 6: Meeting to review City comments on permit applications 7: Meeting to review City comments on 95 percent submittal 8: An allowance for one additional meeting G. Coordination with the PGT/CAG See 6.F. H. Site Visits The project team will visit the site four times. I. Intermediate Design (60 Percent) Submittal The 60 percent submittal will indicate a substantial completion of the design of all the major project elements. The roadway/civil design will be completed with the sizing and design of drainage, utility relocations as available, stormwater management, and the roadway seal. The railroad bridge design will include all foundations, walls, and superstructures. BERGER/ABAM will supply 10 sets of half-size plans and cost estimate to the City. The 60 percent submittal will be reviewed and approved by BERGER/ABAM's project manager prior to submittal to the City. BERGERJABAM will.coritinue working through the City's review of the 60 percent submittal and will make changes as appropriate. It is City of Yakima BERGER/ABAM, A01083 Scope of Work, Phase 2 Exhibit B-25 18 June 2003 assumed that the City's review comments will be returned to BERGER/ABAM within two weeks of the submittal. J. Quality Assurance Quality assurance will be performed continuously throughout the project by the team members. In addition, prior to the 95 percent submittal, experienced engineers and managers that have not been involved with the project will perform independent reviews of the entire PS&E. K. 95 Percent Submittal The 95 percent submittal will indicate full completion of the contract documents, including quality assurance reviews. Design calculations will have been completed and checked and a senior engineer who is not familiar with the project will have reviewed the PS&E. This review will be focused on ensuring consistency between the designs of the various disciplines and on the correctness and completeness of the plans and specifications for bidding. BERGER/ABAM will provide 30 sets of half-size PS&E to the City. BERGER/ABAM will stop work on the project at the time of the 95 percent submittal. It is assumed the City's 95 percent review comments will be returned to BERGER/ABAM within three weeks of the submittal. L. 100 Percent Submittal (Final Contract Documents) After review comments have been received, BERGER/ABAM will incorporate those comments as appropriate and prepare final contract documents for advertisement and bidding. This submittal will consist of one full-size set of signed drawings on Mylar; one half-size set of signed drawings; specifications and bidding documents in hard copy and electronic format in Microsoft Word; a hard copy of the cost estimate; and all drawings in electronic format in AutoCAD Release 2002. M. Support During Ad, Bid, and Award BERGER/ABAM will support the City of Yakima with phone consultations, meetings, and preparation of written responses to contractor questions as required. 13. PRECONSTRUCTION AND CONSTRUCTION SERVICES Prebid Meeting BERGER/ABAM will have representatives from its design team for the railroad, structure and roadway features attend a prebid meeting of contractors to answer questions and describe project features. We will prepare bid addendum to clarify plans and answer construction questions for distribution by the City to the meeting attendees. City of Yakima BERGER/ABAM, A01083 Scope of Work, Phase 2 Exhibit B-26 18 June 2003 14 LIST OF DELIVERABLES ■ Master Project Schedule ■ Monthly Progress Reports ■ Project Meeting Minutes ■ Public Involvement Summary ■ Newsletters • Survey ▪ Geotechnical Report o Environmental Justice Documentation o Cultural Resources Report Socioeconomic Assessment Report o Environmental Assessment Environmental Mitigation Recommendations Report ▪ Clearing and Grading Permit Application a NPDES ▪ Utility Agreement Exhibits E Railroad Construction and Permanent Easements Exhibits ▪ City of Yakima and Railroads Agreements (Language and Exhibits) O 60 Percent Submittal ▪ Value Engineering Response Report E 95 Percent Submittal o Right-of-way Plans E Construction Contract Plans El Construction Special Provisions and Bid Documents • Engineer's Estimate for Construction Bid Review City of Yakima BERGER/ABAM, A01083 Scope of Work, Phase 2 Exhibit B-27 18 June 2003 Figure 5 Survey Scope Survey Points. Provided drawings usually contain all points collected by the survey field crew. These points (nodes) are contained in layers ending in "-P" and are divided by various classifications (see layer breakdown information below). Points can be displayed by turning on and thawing the appropriate point layer. Layer Breakdown. The APWA layering guidelines allow users to selectively display/freeze information as required. The following is a guideline for understanding the APWA layering convention: ww-xxxx-y-z ww = GS (gas) OL (oil) SF (surface feature) SD (storm drain) SS (sanitary sewer) ST (steam) SV (survey) TF (traffic) TL (telephone) TV (television) PO (power) WA (water) Layer Breakdown (continued). ww-xxxx-y-z xxxx = ALIN (aerial line) CHAN (channilization) CNTL (centerline) CONC (concrete) CONT (contour) CTRL (control) CURB (curb) BLDG (building) BLIN (buried line) BUSS (bus stop) DECK (deck) DOC (dock) DTCH (ditch) ESMT (easement) FENC (fence) FITT (fitting) FHYD (hydrant) 1 Nx7MtlItinto ro+ • •••• ' " 1,1 e e 1,1 `.. Trek.c-k 5 krvey Po;nt -roe cc Raul 11111111111:iiii it 0 1,01111111110111111 711Ir \ 1 ob*1 Fi*c3 Srtrny S cope - Ian Are-ct.. 8 Figure. 3 Sc4.r-tee• Scope. off `Arecc.5 F ; u..r12._, if S (AA— Ve.,y C:=1 - At-era, c 1:=1 - Are...a- D 1:21 - Are-a. E Figure 5 Survey Scope GLIN (gravity line) GRND (ground - spot elevation) GRVL (gravel) GURD (guard rail) GUTR (gutter MAIL (mail box) METR (meter) MISC (miscellaneous) MTCH (match line) PLIN (pressure line) PSVP (paper space view port) PROP (property line) PVMT (pavement) QSEC (quarter section) RIVR (river) RLRD (railroad) ROCK (rock wall) ROFW (right of way) SIGL (signalization) SIGN (sign) SOIL (soil boring) SECT (section) STCR (structure) TANK (tank) VALV (valve) VEGE (vegetation) WALL (wall) Layer Breakdown (continued). ww-xxxx-y-z y = E (existing) P (proposed) C (calculated) F (found) Layer Breakdown (continued). ww-xxxx-y-z z = L (line) P (point) S (symbol) H (hatch) Other layer names are generated as specifically needed or by CAD software. These other layers' are usually named such that the purpose is self -descriptive. 2 Exhibit C-2 Payment (Cost Plus Fixed Fee) The CONSULTANT shall be paid by the AGENCY for completed work and services rendered under this AGREEMENT as provided hereinafter. Such payment shall be full compensation for all work performed or services rendered and for all labor, materials, equipment, and incidentals necessary to complete the work specified in Section II, "Scope of Work. The CONSULTANT shall conform with the applicable portion of 48 CFR31. A. Actual Costs Payment for all consulting services for this project shall be on the basis of the CONSULTANT's actual cost plus a fixed fee. The actual cost shall include direct salary cost, overhead, and direct nonsalary cost. 1. Direct Salary Costs The direct salary cost is the direct salary paid to principals, professional, technical, and clerical personnel for the time they are productively engaged in work necessary to fulfill the terms of this AGREEMENT. 2. Overhead Costs Overhead costs are those costs other than direct costs which are included as such on the books of the CONSULTANT in the normal everyday keeping of its books. Progress payments shall be made at the rate shown in the heading of this AGREEMENT, under "Overhead Progress Payment Rate." Total overhead payment shall be based on the method shown in the heading of the AGREEMENT. The three options are explained as follows: a. Actual Cost Not To Exceed Maximum Percent: If this method is indicated in the heading of this AGREEMENT, the AGENCY agrees to reimburse the CONSULTANT at the actual overhead rate verified by audit up to the maximum percentage shown in the space provided. Final overhead payment when accumulated with all other actual costs shall not exceed the total maximum amount payable shown in the heading of this AGREEMENT. b. Fixed Rate: If this method is indicated in the heading of the AGREEMENT, the AGENCY agrees to reimburse the CONSULTANT for overhead at the percentage rate shown. This rate shall not change during the life of the AGREEMENT. A summary of the CONSULTANT's cost estimate and the overhead computation are attached hereto as Exhibit D-.1 and by this reference made part of this AGREEMENT. When an Actual Cost method, or the Actual Cost Not To Exceed method is used, the CONSULTANT (prime and all subconsultants) will submit to the AGENCY within three months after the end of each firm's fiscal year, an overhead schedule in the format required by the AGENCY (cost category, dollar expenditures, etc.) for the purpose of adjusting the overhead rate for billing purposes. It shall be used for the computation of progress payments during the following year and for retroactively adjusting the previous year's overhead cost to reflect the actual rate. Failure to supply this information by either the prime consultant or any of the subconsultants shall cause the agency to withhold payment of the billed overhead costs until such time as the required information is received and an overhead rate for billing purposes is approved. The STATE and/or the Federal Government may perform an audit of the CONSULTANT's books and records at any time during regular business hours to determine the actual overhead rate, if they so desire. 3. Direct Nonsalary Costs Direct nonsalary costs will be reimbursed at the actual cost to the CONSULTANT. These charges may include, but are not limited to the following items: travel, printing, long distance telephone, supplies, computer charges, and fees of subconsultants. Air or train travel will only be reimbursed to economy class levels unless otherwise approved by the AGENCY. Automobile mileage for travel will be reimbursed at the current rate approved for AGENCY employees and shall be supported by the date and time of each trip with origin and destination of such trips. Subsistence and lodging expenses will be reimbursed at the same rate as for AGENCY employees. The billing for nonsalary cost, directly identifiable with the Project, shall be an itemized listing of the charges supported by copies of original bills, invoices, expense accounts, and miscellaneous supporting data retained by the CONSULTANT. Copies of the original supporting documents shall be provided to the AGENCY upon request. All of the above charges must be necessary for the services to be provided under this AGREEMENT. 4. Fixed Fee The fixed fee, which represents the CONSULTANT's profit, is shown in the heading of this AGREEMENT under Fixed Fee. This amount does not include any additional fixed fee which could be authorized from the Management Reserve Fund. This fee is based on the scope of work defined in this AGREEMENT and the estimated man -months required to perform the stated scope of work. In the event a supplemental agreement is entered into for additional work by the CONSULTANT, the supplemental agreement may include provisions for the added costs and an appropriate additional fee. The fixed fee will be prorated and paid monthly in proportion to the percentage of work completed by the CONSULTANT and reported in the monthly progress reports accompanying the invoices. Any portion of the fixed fee earned but not previously paid in the progress payments will be covered in the final payment, subject to the provisions of Section IX, Termination of Agreement. 5. Management Reserve Fund The AGENCY may desire to establish a Management Reserve Fund to provide the Agreement Administrator the flexibility of authorizing additional funds to the AGREEMENT for allowable unforeseen costs, or reimbursing the CONSULTANT for additional work beyond that already defined in this AGREEMENT. Such authorization(s) shall be in writing and shall not exceed the lesser of $50,000 or 10% of the Total Amount Authorized as shown in the heading of this AGREEMENT. The amount included for the Management Reserve Fund is shown in the heading of this agreement. This fund may be replenished in a subsequent supplemental agreement. Any changes requiring additional costs in excess of the "Management Reserve Fund" shall be made in accordance with Section XIV, "Extra Work." 6. Maximum Total Amount Payable The maximum total amount payable, by the AGENCY to the CONSULTANT under this AGREEMENT, shall not exceed the amount shown in the heading of this AGREEMENT. The Maximum Total Amount Payable is comprised of the Total Amount Authorized, which includes the Fixed Fee and the Management Reserve Fund. The Maximum Total Amount Payable does not include payment for extra work as stipulated in Section XIV, "Extra Work." B. Monthly Progress Payments The CONSULTANT may submit invoices to the AGENCY for reimbursement of actual costs plus the calculated overhead and fee not more often than once per month during the progress of the work. Such invoices shall be in a format approved by the AGENCY and accompanied by the monthly progress reports required under Section III, General Requirements, of this AGREEMENT. The invoices will be supported by an itemized listing for each item including direct salary, direct nonsalary, and allowable overhead costs to which will be added the prorated Fixed Fee. To provide a means of verifying the invoiced salary costs for CONSULTANT employees, the AGENCY may conduct employee interviews. These interviews may consist of recording the names, titles, and present duties of those employees performing work on the PROJECT at the time of the interview. C. Final Payment Final payment of any balance due the CONSULTANT of the gross amount earned will be made promptly upon its verification by the AGENCY after the completion of the work under this AGREEMENT, contingent upon receipt of all PS&E, plans, maps, notes, reports, and other related documents which are required to be furnished under this AGREEMENT. Acceptance of such final payment by the CONSULTANT shall constitute a release of all claims for payment which the CONSULTANT may have against the AGENCY unless such claims are specifically reserved in writing and transmitted to the AGENCY by the CONSULTANT prior to its acceptance. Said final payment shall not, however, be a bar to any claims that the AGENCY may have against the CONSULTANT or to any remedies the AGENCY may pursue with respect to such claims. The payment of any billing will not constitute agreement as to the appropriateness of any item and that at the time of final audit, all required adjustments will be made and reflected in a final payment. In the event that such final audit reveals an overpayment to the CONSULTANT, the CONSULTANT will refund such overpayment to the AGENCY within ninety (90) days of notice of the overpayment. Such refund shall not constitute a waiver by the CONSULTANT for any claims relating to the validity of a finding by the AGENCY of overpayment. D. Inspection of Cost Records The CONSULTANT and the subconsultants shall keep available for inspection by representatives of the AGENCY and the United States, for a period of three years after final payment, the cost records and accounts pertaining to this AGREEMENT and all items related to or bearing upon these records with the following exception: if any litigation, claim, or audit arising out of, in connection with, or related to this contract is initiated before the expiration of the three-year period, the cost records and accounts shall be retained until such litigation, claim, or audit involving the records is completed. EXHIBIT D-1 • Analysis of Costs - BERGER/ABAM Inc. Direct Salary Cost (DSC) PERSONNEL Hours Pay Rate Cost Project Executive 68 $ 62.50 $ 4,250 Project Manager 718 43.50 31,233 Project Engineer 1664 41.00 68,224 Senior Engineer 1936 27.60 53,434 Planner 80 35.50 2,840 Engineer/Technician 850 20.80 17,680 Gra ph ics/CADD 1838 24.90 45,766 Project Coordinator 68 20.30 1,380 Clerical 166 20.60 3,420 Direct Salary Cost Total 7388 $ 228,227 Salary Escalation @ 5% $ 11,411 Overhead Cost 158.23% of DSC $ 379,179 Net Fee 32.00% of DSC $ 76,684 SUBTOTAL $ 695,502 Reirribursables Travel/Parking • $ 2,160 Reproduction/Postage 1,200 Public Meeting Graphics 1,500 BERGERIABAM SUBTOTAL Subconsultants: (See Exhibit G) SUBTOTAL 4,860 $ 700,362 Shannon & Wilson 7.0% Participation $ 87,394 Widener & Associates 12.0% Participation 150,237 TRANSPO 9.0% Participation 112,831 Huibregtse, Louman Associates 5.3% Participation 65,640 PHAROS 5.6% Participation 69,680 Kennedy/Jenks 5.1% Participation 63,856 SUBCONSULTANTS SUBTOTAL $ 549,638 GRAND TOTAL $ 1,250,000 6-17-03 Prepared By Date EXHIBIT D-2 Reimbursables Travel: Mileage to Yakima, Subconsultant Offices; and Miscellaneous 12 months at 500 miles per month at $.36/mile $2,160 Reproduction Plan Review Sets and Misc. $1,200 Public Meeting Graphics $1,500 Exhibit D-3 Labor Hour Estimate (COST EST.) Project Name: City of Yakima, B Street and Lincoln Avenue Grade Separations Project No: FA PWT 01 083 Prepared By: CCW Date: 17 -Jun -03 INTERMEDIATE & FINAL DESIGN , RIGHT-OF-WAY PLANS, AND ENVIRONMENTAL DOCUMENTATION DESCRIPTION PROJECT EXEC PROJECT MGR PROJECT ENGR SENIOR ENGR PLANNER ENGR/TECH GRAPHIC/CA DD PROJECT -COORD CLERICAL TOTAL SUB TASK 1 FIELD SURVEYS 1.1. Planimetric Survey 0 HLA 1.2. Topographic Survey 0 HLA 1.3. SUE Level B 0 HLA 1.4. Boundary. Survey 0 HLA 1.5. Draft DTM and Basemap 0 HLA 1.6. SUE Level A 0 HLA 1.7. Final DTM and Basemap 0 HLA 1.8. Coordinate Field Survey 10 20 30 1.9 Review and Comment on DTM's and Basemaps 10 30 40 TOTAL ABAM FIELD SURVEYS HOURS 0 0 20 60 0 0 0 0 0 70 TASK 2: GEOTECHNICAL ENGINEERING 2.1. Review of Existing Information 0 SW 2.2. Develop Work plan 0 SW 2.3. Conduct Field Work 0 SW 2.4. Engineering Analyses/Develop Recommendations 0 SW 2.5. Meetings 0 SW 2.6. Project Management 0 SW 2.7. Draft Reports 0 SW 2.8. Final Report 0 SW 2.9. Coordinate Geotechnical Work 10 20 20 60 2.10. Review and Comment on Reports 10 40 20 70 TOTAL ABAM GEOTECHNICAL ENGINEERING HOURS 0 20 60 40 0 0 0 0 0 120 Exhibit D-4 Labor Hour Estimate (COST EST.) DESCRIPTION PROJECT . EXEC PROJECT MGR PROJECT ENGR SENIOR ENGR PLANNER ENGR/ TECH GRAPHIC/CA DD PROJECT COORD CLERICAL TOTAL SUB TASK 3: PERMITTING, SPECIAL STUDIES 3.1. Environmental Justice 0 WA 3.2. Water Quality 0 WA 3.3. Cultural Resources • 0 WA 3.4. Section 4(9 0 WA 3.5. Land Use Economics 0 WA 3.6. Transportation Technical Study 0 WA 3.7. Air Quality 0 WA 3.8. Noise Study 0 WA 3.9. Draft NEPA EA 0 WA 3.10 Permits 0 WA 3.11 Coordinate Permitting and Special Studies 10 10 10 10 40 3.12 Review and Comment on Reports 10 10 10 30 60 TOTAL ABAM PERMITTING AND SPECIAL STUDIES HOUR: 0 20 20 20 40 0 0 0 0 100 TASK 4: ENVIRONMENTAL SUPPORT 4.1. Permit Support 0 WA 4.2. Biological Review 0 WA 4.3. FONSI 0 WA 4.4. SEPA Compliance 0 WA 4.5. Coordinate Environmental Support 10 10 10 10 40 4.6. Review and Comment on Reports 10 10 10 30 60 TOTAL ABAM ENVIRONMENTAL SUPPORT HOURS 0 20 20 20 40 0 0 0 0 100 TASK 6: RAILROAD COORDINATION 5.1. Railroad Construction Agreements 40 60 20 20 10 30 180 5.2. Right of Entry Agreements 10 20 30 5.3. Safety Training 2 8 4 2 16 5.4. Approval of Bridges 10 40 4 6 60 TOTAL ABAM RAILROAD COORDINATION HRS 0 62 128 24 0 2 20 14 36 286 Exhibit D-5 Labor Hour Estimate (COST EST.) DESCRIPTION PROJECT EXEC PROJECT MGR PROJECT ENGR SENIOR ENGR PLANNER ENGRITECH GRAPHIC/CA DD PROJECT COORD CLERICAL TOTAL SUB TASK 6: PUBLIC INVOLVEMENT 6.1. Public Involvement Pian 10 10 . 10 30 6.2. Mailing List 10 10 10 20 60 6.3. Newsletters 10 10 20 40 20 100 6.4. Open House . 10 20 20 40 '90 6.5. Public Meetings 20 40 40 80 180 6.6. PGT/CAG Meetings/Coordination 20 40 40 20 20 140 TOTAL ABAM PUBLIC INVOLVEMENT HOURS 0 70 130 130 0 0 180 10 70 690 TASK 7: INTERMEDIATE DESIGN 7.1. Roadway Improvements 10 10 40 40 20 120 7.2. Traffic 0 TR 7.3. Construction Phasing 4 10 40 20 20 40 134 7.4. Drainage 10 10 . 40 20 20 100 7.5. Pump System 0 KJ 7.6. Utility Relocations - 10 40 80 40 40 210 7.7. Structures 10 60 60 80 210 7.8. Environmental Considerations 10 40 60 60 60 230 7.9. Preliminary Est. of Probable Construction Costs 10 10 40 40 100 TOTAL ABAM INTERMEDIATE DESIGN HOURS 14 100 230 340 0 160 • 260 0 0 1104 TASK 8: VALUE ENGINEERING (VEP STUDY SUPPORT 8.1. Project Overview 4 4 8 8.2.0n -Call Support 10 10 10 30 8.3. Response VE Study Comments 10 20 20 10 60 TOTAL ABAM VALUE ENGINEERING STUDY SUPPORT HOURS/ 0 24 34 , 30 0 0 10 0 0 98 Exhibit D-6 Labor Hour Estimate (COST EST.) DESCRIPTION PROJECT EXEC PROJECT MGR PROJECT ENGR SENIOR ENGR PLANNER ENGR/TECH GRAPHIC/CA DD PROJECT COORD CLERICAL TOTAL SUB TASK 9: PLANS, SPECIFICATIONS, AND ESTIMATES 9.1. Right-of-way Plans 8 40 60 20 60 188 9.2. Title Sheet 2 4 8 4 8 26 9.3. General Notes, Abbreviations, and Legend 2 10 20 - 20 62 9.4. Summary of Quantities 2 4 •8 4 20 38 Construction Phasing Plans 2 8 20 20 20 70 .9.5. 9.6. Detour Plans 0 TR 9.7. Construction Limits and Alignment Plans 2 10 20 20 40 92 9.8. Site Preparation and TESC Plans and Details 2 40 80 40 40 202 9.9. Typical Street Sections 2 10 20 40 40 112 9.10. Roadway Plans & Profiles 2 10 40 40 60 162 9.11. Roadway, and Miscellaneous Details 2 10 40 40 40 132 9.12. Storm Drain and Utility Plans 2 20 80 40 80 222 9.13. Storm Drain Profiles 2 10 60 60 80 212 9.14. Drainage Details 2 10 40 40 60 162 9.15. Pump Station Details 0 KJ 9.16. Sewer and Water Plan, Profile and Details 8 20 60 60 100 248 9.17. Final Configuration Traffic Plans 2 10 60 60 100 232 9.18. Grading Plans 0 9.19. Landscape Plans 8 40 60 60 100 268 9.20. Railroad Shoofly 8 20 60 . 60 100 248 9.21. Bridges 2 60 80 80 222 9.22. Retaining Walls and Seal 8 120 120 120 368 9.23. Mitigation Plans 0 924. Specifications 10 20 40 80 40 190 925. Engineers Estimate • 10 20 20 40 40 130 TOTAL ABAM PLANS, SPECIFICATIONS 8 ESTIMATE HOURS 20 108 616 1066 0 648 1168 0 40 3666 TASK 10: CONSTRUCTION SCHEDULE 10.1. Construction Schedule 4 10 20 20 64 TOTAL ABAM CONSTRUCTION SCHEDULE HOURS 4 10 20 20 0 _ 0 0 0 0 54 Exhibit D-7 Labor Hour Estimate (COST EST.) DESCRIPTION PROJECT EXEC PROJECT MGR PROJECT ENGR SENIOR ENGR PLANNER ENGR/TECH GRAPHIC/CA DD PROJECT COORD CLERICAL TOTAL SUB 11:ROW APPRAISAL, ACQUISITION, AND COORDINATION TASK 11.1. Complete Title Searches 0 PH 11.2. Preparation and Administration 0 PH 11.3. Appraisal and Appraisal Review 0 pH Negotiations 0 PH 11.4. Relocations 0 PH 11.5. Facilitate Closing 0 PH 11.6. 11.7. Review Coordination 10 20 20 60 and 11.8. Coordinate Acquistion of BNSF Property 20 40 20 20 100 11.9. Coordinate Easements on BNSF Property 20 40 20 20 100 Coordinate Agreements between BNSF and Private Parties 40 60 40 40 180 11.10. 11.11. Coordinate Agreements between City and County 20 40 20 20 100 TOTAL ABAM ROW APPRAISAL, ACQUIST 8, COORD HOURS 0 110 200 120 0 0 100 0 0 630 12: SUBMITTALS, QUALITY ASSURANCE AND PROJECT COORDINATION TASK 12.1. Project Management/Work plans 10 20 4 4 38 12.2. Project Schedule/Updates 10 20 4 4 38 12.3. Progress Reports 12 24 36 12.4. Invoicing 12 36 36 12 966 12.5. Project Team Coordination 12.6. Project Coordination with City 10 40 40 90 12.7. Coordination with the PGT/CAG 0 12.8. Site Visits 10 20 20 20 70 12.9. Intermediate Design Submittal 2 10 20 10 20 62 12.10. Quality' Assurance 10 40 40 90 12.11. 95 Percent Submittal 2 10 20 10 20 62 • 12.12. 100 Percent Submittal (Final Contract Documents) 10 20 20 60 12.13. Support During Ad, Bid, and Award 10 20 40 20 40 130 TOTAL ABAM MANAGEMENT HOURS 30 168 280 80 0 40 100 44 20 762 TASK 13: PRECONSTRUCTION AND CONSTRUCTION SERVICES 13.1 Prebid Meeting 6 6 6 18 - TOTAL PRECONST AND CONST SERVICES HOURS 0 6 6 6 0 0 0 0 0 18 BERGER/ABAM Engineers Phase 2 Total 68 718 1664 1936 80 860 1838 ' 68 166 7388 Exhibit E BERGER / ABAM ENGINEERS INC. WSDOT FY 2002 AUDITED HOME OFFICE INDIRECT COST RATE (2080 Basis) In 000s Allocation Base Total Direct Labor Indirect Costs FY 2002 $5,274 Indirect Labor (Admin, Proposal, Negot) $2,756 Vacation, Holiday, Sick, Other Labor 835 Fringe Benefits 1,467 Administration Expense 590 Proposal Expense 191 Facilities 841 Furniture, Equipment, and Supplies 322 Communication and Reproduction 211 Computer Services 421 Miscellaneous Taxes and Insurance 25 E & O Insurance 332 B & O Taxes 354 $ 8,345 $8,345/$5,274 Indirect Cost Rate = 158.23% Exhibit F Payment Upon Termination of Agreement By the Agency Other Than for Fault of the Consultant (Refer to Agreement, Section IX) Lump Sum Contracts A final payment shall be made to the CONSULTANT which when added to any payments previously made shall total the same percentage of the Lump Sum Amount as the work completed at the time of termination is to the total work required for the PROJECT. In addition, the CONSULTANT shall be paid for any authorized extra work completed. Cost Plus Fixed Fee Contracts A final payment shall be made to the CONSULTANT which when added to any payments previously made, shall total the actual costs plus the same percentage of the fixed fee as the work completed at the time of termination is to the total work required for the Project. In addition, the CONSULTANT shall be paid for any authorized extra work completed. Specific Rates of Pay Contracts A final payment shall be made to the CONSULTANT for actual hours charged at the time of termination of this AGREEMENT plus any direct nonsalary costs incurred at the time of termination of this AGREEMENT. Cost Per Unit of Work Contracts A final payment shall be made to the CONSULTANT for actual units of work completed at the time of termination of this AGREEMENT. EXHIBIT G SUBCONTRACTED WORK The AGENCY permits subcontracts for the following portions of the work of this AGREEMENT. • Shannon & Wilson 400 North 34th Street, Suite 100 P.O. Box C-30313 Seattle, WA 98103 • Widener & Associates 9908 Airport Way, Building 12 Unit 1, Snohomish, WA 98296 • The TRANSPO Group 11730 118d' Avenue N.E., Suite 600 Kirkland, WA 98034 • Huibregtse, Louman Associates, Inc. 801 North 39`h Ave. Yakima, WA 98902 • PHAROS Corporation 123 Second Avenue P.O. Box 1569 Edmonds, WA 98020 • Kennedy/Jenks Consultants 32001 32nd Avenue South, Suite 100 Federal Way, WA 98001 EXHIBIT G-1 Sub -Consultant Analysis of Costs - Shannon & Wilson Direct Salary Cost (DSC) PERSONNEL Hours Pay Rate Cost Project Executive 32 $64.33 $ 2,027 Project Associate 42 $42.33 1,778 Project Manager 124 $33.64 4,172 Project Engr. 150 $26.06 3,909 Eng/Geol 138 $ 23.94 3,304 Eng/Tech 46 $21.29 979 CADD 37 $22.13 819 Clerical 15 $20.49 307 Direct Salary Cost Total 584 $ 17,294 Overhead Cost Net Fee Reimbursables 195.30% 30.00% Subsistance $85/Day 6 Days Mileage $0.360/Mile 1,200 Miles PID $85/Day 4 Days EDR $145 Lump Sum Sampling Supplies $25 Lump Sum Aerial photos, photocopies, misc. $20 Lump Sum Reproduction $300 Lump Sum Shipping $85 each 3 Subcontractors Drilling - Three 15 -foot -deep Borings & One 60 -foot -deep Boring Traffic Control Test Pits - Two 25 -foot deepTest Pits Environmental Laboratory Testing of DSC $ of DSC 33,776 5,188 SUBTOTAL $ 56,259 510 432 340 145 25 20 300 255 SUBTOTAL $ 2,027 10,156 821 16,913 1,219 SUBTOTAL $ 29,108 TOTAL $ 87,394 Exhibit G-2' Shannon & Wilson, Inc. Provisional FAR Part 31 Allowable Overhead Rate Calendar Year 2002 Based on 2001 Actuals Direct Labor Base Percent of 5,821,033.86 Direct Labor Labor Overhead Additional Compensation 15,015.54 0.3% Retirement Fund 0.00 0.0% Vacation,Sick, Holiday 685,988.96 11.6% Payroll Fringes 1,311,770.53 22.5% 2,012,775.03 34.6% 34.6% General and Administration From Less FAR Less Direct Adjusted Financials Unallowable Labor OH Expenses Administrative Salaries 2,639,215.92 7,277.80 2,646,493.72 Proposal and Bus Dev Labor 1,593,203.92 (308,850.34) 1,284,353.58 Vacation Holiday Sick 1,149,225.89 (685,988.96) 463,236.93 Fringes on G&A Salaries 2,259,265.53 (61,678.19) (1,311,770.53) 885,816.81 Profit Sharing 0.00 0.00 0.00 • Equipment Expense (106,436.96) (106,436.96) Rent and Facility Expense 1.400,707.71 (20,976.00) 1,379,731.71 Travel and Auto Expense 144,901.96 144,901.96 Proposal and Bus Dev Expense 319,411.65 (111,391.54) 208,020.11 Interest 231,665.48 (231,665.48) 0.00 Supplies 192,667.45 192,667.45 Outside Prof and Tech Services 241,395.56 (6,396.91) 234,998.65 Computer Expenses 114,448.28 114,448.28 Telephone and Postage 368,369.78 368,369.78 Conferences and Professional Acti, 186,427.14 186,427.14 Depreciation 440,258.75 440,258.75 Insurance 326,733.42 326,733.42 Taxes and Licenses 237,792.14 (4,041.00) 233,751.14 Miscellaneous 438,423.27 (96,150.27) 342,273.00 Bad Debt 108,801.18 (108,801.18) 0.00 Additional Compensation 25,155.28 (15,015.54) 10,139.74 12,311,633.35 (942,673.11) (2,012,775.03) 9,356,185.21 11,368,960.24 45.5% 22.1% 8.0% 15.2% 0.0% -1.8% 23.7% 2.5% 3.6% 0.0% 3.3% 4.0% 2.0% 6.3% 3.2% 7.6% 5.6% 4.0% 5.9% 0.0% 0.2% 160.7% 160.7% 195.3% 195.3% EXHIBIT G-3 Sub -Consultant Analysis of Costs - Widener Associates Direct Salary Cost (DSC) PERSONNEL Hours Pay Rate Cost Project Manager 660 45.00 29,700 Planner 1060 22.60 23,956 Direct Salary Cost Total 1720 $ 53,656 Overhead 150.00% of DSC $ Net Fee 30.00% of DSC $ Reimbursables Travel/Parking (2700 miles @0.36/mile) Reproduction/Postage Communications Miscellaneous 80,484 16,097 SUBTOTAL $ 150,237 SUBTOTAL TOTAL $ 150,237 Widener & Associates BREAKDOWN OF OVERHEAD COST Exhibit G-4 Projected 2003 $250,680 Direct Labor OH Rate as % of Direct Labor FRINGE BENEFITS Holiday pay $7,520 3.00% Vacation $20,054 8.00% Sick Pay $2,682 1.07% Payroll Taxes $20,054 8.00% Insurance - Health $6,417 2.56% Pension plan $32,413 12.93% Profit sharing plan $32,413 12.93% Total Fringe Benefits $121,555 48.49% GENERATED OVERHEAD Indirect salaries $117,820 47.00% Seminars, Education $7,295 2.91 % Insurance - Professional liability $11,055 4.41% Insurance - other $577 0.23% Computer expense $12,534 5.00% Direct Cost Reimbursements Travel expense $32,588 13.00% Employee Per Diem Relocation expense $4,387 1.75% Office Supplies $5,014 2.00% Office rent and utilities $15,041 6.00% Professional Services $1,379 0.55% General office expenses $7,520 3.00% Telephone $14,815 5.91% Taxes - State Business & Occupation $10,027 4.00% Depreciation $15,041 6.00% Cost of Money Total Generated Overhead $255,092 102% Total Fringe Benefits + Generated Overhead $376,647 150.00% EXHIBIT G-5 Sub -Consultant Analysis of Costs - TRANSPO Direct Salary Cost (DSC) PERSONNEL Hours Pay Rate Cost Principal 112 $ 53.51 $ 5,993 Engineer V 177 36.35 6,434 Engineer III 318 31.29 9,950 Engineer II 342 27.01 9,236 Admin/ Acctng 16 27.30 437 CAD Drafter 64 25.20 1,613 Clerical/ Secretarial 20 20.48 410 Direct Salary Cost Total 1049 $ 34,072 Overhead 204.07% of DSC $ 69,532 Net Fee 21.53% of DSC $ 7,336 Reimbursables Travel/Parking Computer Reproduction/Postage Communications SUBTOTAL $ 110,940 1,491 200 200 SUBTOTAL $ 1,891 TOTAL $ 112,831 Exhibit G-6 STATEMENT OF DIRECT LABOR, FRINGE BENEFITS, AND GENERAL OVERHEAD FOR THE YEAR ENDED DECEMBER 31, 2001 THE TRANSPO GROUP, INC. FAR FAR Refer. FAR % Of DESCRIPTION 2001 Unallowable FAR % Of Adjustments For Allowable Direct Expense Expenses Allowable . Direct Made by Basis of Expense Labor Per Transpo Expense Labor Auditor Adjust. Per Audit Per Audit DIRECT LABOR $1,435,999 $1,435,999 100.00% $0 $1,435,999 100.00% FRINGE BENEFITS Payroll Taxes $224,779 $224,779 15.65% $224,779 15.65% Group Insurance $106,092 $106,092 7.39% $106,092 7.39% Paid Leave - Vac., Holiday, Sick $274,255 $274,255 19.10% $274,255 19.10% Employee Benefit Plans $275,278 $275,278 19.17% $275,278 19.17% TOTAL - FRINGE BENEFITS $880,404 $0 $880,404 61.31% $0 $880,404 61.31% GENERAL OVERHEAD ADMINISTRATIVE LABOR Administrative Labor $793,069 $793,069 55.23% $793,069 55.23% Signing Bonuses & Termination CI $32,500 $32,500 2.26% $32,500 2.26% Bonuses $481,995 $98,147 $383,848 26.73% A $383,848 26.73% SUBTOTAL-AdministrativeLabo $1,307,564 $98,147 $1,209,417 84.22% $0 $1,209,417 84.22% GENERAL OFFICE EXPENSE Depreciation $101,153 $101,153 7.04% $1,563 B $99,590 6.94% Professional Dues & Training $42,249 $660 $41,589 2.90% C $41,589 2.90% Traffic Count Vendors ($3,740) ($3,740) -0.26% ($3,740) -0.26% Meals & Entertainment $23,903 $6,065 $17,838 1.24% $6,202 D $11,636 0.81% Employee Relations $1,550 $1,550 0.11% $1,550 0.11% Travel $55,352 $55,352 3.85% $4,380 E $50,972 3.55% Professional Meetings & Conferen $10,958 $10,958 0.76% $30 F $10,928 0.76% Insurance -Gen Liab, Prof. Liability $22,950 $0 $22,950 1:60% $22,950 1.60% Insurance - Key Employee $5,026 $5,026 $0 0.00% G $0 0.00% Interest Expense $1,008 $1,008 $0 0.00% H $0 0.00% Legal/Accounting/Advisors $15,947 $1,066 $14,881 1.04% I $14,881 1.04% Recruiting Costs $6,053 $6,053 0.42% $6,053 0.42% Outsource -HR, Computer & Tem' $86,351 $86,351 6.01% $86,351 6.01% Office Supplies/Repro/Equip Rent $122,668 $1,872 $120,796 8.41% J $120,796 8.41% Communications $56,661 $2,296 $54,365 3.79% K $54,365 3.79% Rent, Repairs & Maintenance $210,908 $210,908 14.69% $210,908 14.69% Business Taxes $94,940 $655 $94,285 6.57% L $94,285 6.57% United Way Company Match Coni $13,174 $13,174 $0 0.00% M Corporate Charitable Contribution $6,100 $6,100 $0 0.00% N Bad Debts $70,000 $70,000 $0 0.00% 0 $0 0.00% SUBTOTAL- General Office $943,211 $107,922 $835,289 58.17% $12,175 $823,114 57.32% Facilities Capital Cost of Money $17,742 $17,742 L24% $195 P $17,547 1.22% TOTAL - GENERAL OVEF $2,268,517 $206,069 $2,062,448 143.62% $12,370 $2,050,078 142.76% TOTAL OVERHEAD EXPENS $3,148,921 $206,069 $2,942,852 204.93% $12,370 $2,930,482 204.07% EXHIBIT G-7 Sub -Consultant Analysis of Costs - HLA Direct Salary Cost (DSC) PERSONNEL Hours Pay Rate Cost Principal 10 $ 48.00 $ 480.00 Professional Land Surveyor 160 25.00 4,000 Survey CAD technician 220 20.00 4,400 Crew Chief 240 21.00 5,040 Instrument Man 240 17.50 4,200 Engineer/Technician 0 Landscape Designer/CADD 0 - Project Coordinator 0 Clerical 40 15.00 600 Direct Salary Cost Total 910 • $ 18,720 Overhead 150.77% of DSC $ 28,224 Net Fee 30.00% of DSC $ 5,616 Reimbursables Travel/Parking Flaggers Reproduction/Postage GPS Equipment Charge Utility Excavation, Level "A" SUE SUBTOTAL $ 52,560 500 6,500 200 2,880 3,000 SUBTOTAL $ 13,080 TOTAL $ 65,640 Exhibit G-8 BREAKDOWN OF OVERHEAD COST Huibregtse, Louman Associates, Inc.. Salary Overhead Indirect Labor 64.28% FICA 11.54% Other Payroll Taxes 3.27% Insurance 5.76% Subtotal Salary Overhead 84.85% General Overhead Other Misc. Taxes 7.64% Insurance 7.04% Expenses 8.98%Equipment Maintenance 2.03% Office Supplies 7 20'x° Field Supplies 1.48' Vehicle Maintenance 1.25% Vehicle Fuel 2.47% Office Rent 5.86% Telephone 3.08% Utilities 2.00% Outside Hire 2.68% Dues & Professional Fees 1.59% Publications & Documents 0.70% Legal Fees 0.11% Accounting Fees 0.55% Miscellaneous 3.12% Depreciation 8.14% Subtotal General Overhead 65.92% Total Overhead 150.77% EXHIBIT G-9 Sub -Consultant Analysis of Costs - PHAROS Direct Salary Cost (DSC) PERSONNEL Hours Pay Rate Cost Principal 25 55.29 1,382 Project Manager 75 42.10 3,158 Relocation Project Manager 100 39.90 3,990 Agent/Title 400 20.67 8,268 Clerical 40 18.27 731 Direct Salary Cost Total 640 $ 17,529 Overhead 170.54% of DSC $ 29,893 Net Fee 30.00% of DSC $ 5,259 Reimbursables Subconsultants Travel/Parking Reproduction/Postage Communications SUBTOTAL $ 52,680 2,550 150 300 SUBTOTAL $ 3,000 Appraisals $ 12,000 Appraisal Reviews 2,000 SUBTOTAL $ 14,000 TOTAL $ 69,680 Exhibit G-10 PHAROS CORPORATION BREAKDOWN OF OVERHEAD COSTS General Based on December 31, 2000 Financial Statements NONAUDITED December 2000 HOME FIELD DIRECT LABOR .504 716 $ 313,085.00 '. 191,631.00 Fringe Benefits FICA $47,532 Medicare $13,523 Allocation A = $191,631/$504,716 = .3797 Misc. P/R Taxes $17,287 Vac/Holi/Sick (Accrued) $71,524 Allocation B = $245476".3797/$313,085+$245,476 = .1669 Bonus $119,056 Profit Sharing Contributions $40,000 Medical Ins $27,609 Total Fringe Benefits $336,531 66.68% $208,749.99 66.68% $127,780.70 66.68% General Overhead Indirect Labor $245,476 $152,268.76 $93,207.24 Payroll Service Chgs. $3,081 $2,567.01 $514.26 Auto Lease/Rentals $7,259 $6,047.32 $1,211.50 Bank Charges $1,003 $622.16 $380.84 Computer Supplies $3,574 $2,977.42 $596.48 Consultants - Overhead $6,697 $5,579.15 $1,117.70 Depreciation/Amortization $1,234 $1,027.92 $205.93 Equipment Exp/ Rental/Lease $11,650 $9,705.66 $1,944.40 Fuel/Mileage/Exp $4,313 $3,593.16 $719.84 Furniture Exp/ Rental/Lease $25,727 $21,433.16 $4,293.84 Insurance $7,300 $4,528.19 $2,771.81 Legal Advice $1,600 $1,332.96 $267.04 Licenses $3,743 $3,118.58 $624.77 Maintenance $1,412 $1,176.17 $235.63 Meals $589 $490.70 $98.30 Office Supplies $12,984 $10,817.03 $2,167.04 Printing/Postage/Shipping $4,000 $3,332.78 $667.68 Publications $3,647 $3,038.32 $608.68 Recruitment - Ads $6,965 $5,802.54 $1,162.46 Rent $36,687 $30,564.14 $6,123.10 Seminars/Conf/Mtgs. $5,294 $4,410.26 $883.54 Taxes -Business $21,573 $13,381.44 $8,191.09 Temporary Help $13,893 $11,574.05 $2,318.70 Telephone $18,445 $15,366.22 $3,078.41 Travel/Lodging $12,523 $10,432.91 $2,090.09 1 Total General Overhead $460,668 91.27% $325,188.02 103.87% $135,480.36 70.70% Total Fringe/General Overhead $797,199 157.95% $533,938.01 170.54% $263,261.06 137.38% EXHIBIT G-11 Sub -Consultant Analysis of Costs - Kennedy/Jenks Direct Salary Cost (DSC) PERSONNEL Hours Pay Rate Cost Principle Engineer/Scientist 30 53.08 1,592 Senior Engineer/Scientist 10 48.75 488 Senior Associate Engineer/Scientist 95 36.05 3,425 Associate Engineer/Scientist 90 37.21 3,349 Engineer/Scientist 30 28.27 848 Senior Staff Engineer/Scientist 98 27.55 2,700 Staff Engineer/Scientist 56 21.20 1,187 Designer/Senior Technician 250 ' 29.50 7,375 Project Administration/Word Processing 2 23.25 47 Direct Salary Cost Total 661 $ 21,010 Overhead 170.00% of DSC $ 35,717 Net Fee 30.00% of DSC $ 6,303 Reimbursables Travel/Parking Miscellaneous SUBTOTAL $ 63,031 500 325 SUBTOTAL $ 825 TOTAL $ 63,856 Exhibit G-12 Kennedy/Jenks Consultants FAR Allowable Overhead at December 31, 2002 2002 Description Amount % Payroll - Job Charged $13,167,169 100.0% Salary Cost Burden: Payroll taxes: State unemployment $69,259 0.5% FICA $1,833,582 13.9% FUTA $24,551 0.2% Workers' Compensation $255,508 1.9% Holiday, vacation, sick $2,851,658 21.7% Health, life & accid.ins $1,610,704 12.2% Retirement plan $700,000 5.3% Subtotal - Fringe. Benefits $7,345,262 55.8% Payroll: Office services • $3,086,141 23.4% Technical & prof develop $365,658 2.8% Corporate/branch mngt $1,179,915 9.0% Negotiations & proposals $4,919,067 37.4% Subtotal - Overhead Payroll $9,550,781 72.5% Legal & accounting $177,502 1.3% Printing & reproduction $427,077 3.2% Telephone & communications $463,857 3.5% Office expense & materials $1,663,121 12.6% Rent & occupancy costs $3,031,513 23.0% Other taxes & licenses $272,400 2.1% Insurance - liability $606,002 4.6% Insurance - all other $399,736 3.0% Travel & subsistence $1,120,429 8.5% Depreciation - net $1,185,754 9.0% Incentive comp/bonuses $640,850 4.9% Data communications & comp. supplies $794,096 6.0% State income tax ($25,000) -0.2% Subtotal - Other Overhead $10,757,337 81.7% Total FAR Allowable OH $27,653,380 210.0% The above figures exclude charitable contributions, legal fees related to specific projects, dues related to lobbying expense, bad debt expense, FAR unallowable expenses (e.g.support for state ballot propositions, ball game tickets, etc.), interest income and expense, premium on officers' life insurance, federal income tax, deferred portion of state income taxes. ITEM TITLE: SUBMITTED BY: BUSINESS OF THE CITY COUNCIL YAKIMA, WASHINGTON AGENDA STATEMENT Item No. K- / For Meeting of May 20, 2003 Resolution authorizing execution of agreement with BERGER/ ABAM Engineers, Inc. for engineering/consulting services related to grade separation railroad project am R. Cook, CED Director Kay Adams, City Engineer CONTACT PERSON/TELEPHONE: William R. Cook (575-6227) K. Wendell Adams (575-6111) SUMMARY EXPLANATION: Attached is an agreement for BERGER/ ABAM to begin final design on the grade separation railroad project. This will include development of the federal and local required NEPA/SEPA environmental documents. This agreement also covers the right-of-way acquisition and relocation process required under federal law. The time to complete the design and certify the environmental process to begin construction will be approximately two years. The cost for this Agreement is $1,250,000, which includes all costs associated with the designated scope of work, and will be funded through a federal grant. BERGER/ ABAM has previously completed the pre -design design report and conceptual alternatives portion of this project and they have been selected to continue with this next phase. Funding for the previous phase was obtained from a federal grant in the amount of $750,000. The scope of work was completed and the authorized funding was sufficient to accomplish this phase per our local agency federal agreement. Resolution X Ordinance Contract X Other (Specify) Funding Source Various Federal and State Funds APPROVED FOR SUBMITTAL: ��� City Manager STAFF RECOMMENDATION: Approve resolution authorizing. agreement with BERGER/ ABAM Engineers, Inc. BOARD/COMMISSION RECOMMENDATION: COUNCIL ACTION: Resolution adopted. RESOLUTION NO. R-2003-75